Tendernotice 1

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 114

financial

Digital Haryana

E-TENDER

FOR

Supply, Installation& Commissioning


of IT Infrastructure for Haryana State
Data Centre

Tender No.: Admn/300/2SIT/20-21/1

Dated: 22.01.2021

Society for IT initiative fund for e-Governance


Information Technology Electronics & Communication Department Haryana
SCO 109-110 1st Floor Sector 17 B Chandigarh. 160017
Left Blank Intentionally
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

Table of Contents
1 Introduction ............................................................................................................. 5
2 DATASHEET .............................................................................................................. 6
3 INSTRUCTIONS TO BIDDER ON ELECTRONIC TENDERING SYSTEM ........................... 8
4 SCOPE OF WORK..................................................................................................... 10
5 ELIGIBILITY CRITERIA............................................................................................... 12
6 MINIMUM TECHNICAL SPECIFICATIONS ................................................................. 19
7 GENERAL INSTRUCTIONS AND BID PREPARATION AND SUBMISSION.................... 20
8 TERMS AND CONDITIONS OF THE CONTRACT ........................................................ 25
9 FORMAT TO RESPOND TO TENDER ........................................................................ 32
Format 1: PRE QUALIFICATION-CUM-TECHNICAL BID ........................................................................... 32
Format 2: COMMERCIAL BID .................................................................................................................. 36
Annexure 1: Bidding Document Acknowledgement Form ................................................................... 41
Annexure 2: Format for not blacklisted ................................................................................................. 42
Annexure 3: Statutory Undertaking ....................................................................................................... 44
Annexure 4: Technical Compliance ........................................................................................................ 45
Annexure 5: Certificate of Dealership/Authorization Letter/Warranty ............................................... 48
Annexure 6: Undertaking for honoring warranty .................................................................................. 49
Annexure 7: Checklist to be enclosed with Technical bid ..................................................................... 51
Annexure 8: AFTER SALES SERVICE CERTIFICATE ................................................................................... 59
Annexure 9: UNDERTAKING OF RATES .................................................................................................. 60
Annexure 10: Format for Relaxations to Haryana based manufacturing Micro & Small Enterprises (MSEs) 61
Annexure 11: Format for Relaxations to Haryana based manufacturing Medium Enterprise ............ 63
Annexure 12: Authenticity of submitted documents/information ...................................................... 65
Annexure 13 : Affidavit ........................................................................................................................... 67
Annexure 14:Compliance to Minimum Technical Specifications by respective OEMs on its letter-head for item to
be supplied at State Data Centre ........................................................................................................... 69

Bidders’ Sign and Stamp


3|Page
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

Acronyms

Sl.
Acronym Full Form
No
1 DD Demand Draft
2 DITECH Department of Information Technology Electronics & Communication Haryana
3 EMD Earnest Money Deposit
4 EPF Employees Provident Fund
5 ESI Employees' State Insurance
6 GFR General Financial Rules
7 H/w Hardware
8 HARTRON Haryana State Electronics Development Corporation Limited
9 HA High Availability
10 HIPS Host Intrusion Prevention System
11 LD Liquidated Damages
12 LoI Letter of Intent
13 MSA Master Services Agreement
14 MSEs Micro & Small Enterprises
15 MTS Minimum Technical Specifications
16 NIC National Informatics Center
17 OEM Original Equipment Manufacturer
18 PBG Performance Bank Guarantee
19 PoA Power of Attorney
20 PBBA Purpose Built Backup Appliance
21 RFP Request for Proposal
22 RoC Registrar of Companies
23 Rs. Indian National Rupees
24 S/w Software
25 SD Security deposit
26 SI System Integrator
Society for IT initiative fund for e-Governance , an autonomous
27 Society body under the administrative control of Information Technology Electronics &
Communication Department Haryana
28 SLA Service Level Agreement
29 SOW Scope of Work
30 SSL Secure Socket Layer
31 TAC Technical Assistance Center
32 TIA Tender Inviting Agency
33 UAT User Acceptance Test
34 WAF Web Application Firewall

Bidders’ Sign and Stamp


4|Page
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

1 Introduction
Society (Society for IT initiative fund for e-Governance , an autonomous body under the administrative
control of Information Technology Electronics & Communication Department Haryana)as part of its
mandate is also managing the State Data Centre located at Haryana New Civil Secretariat, Ground Floor
Sector 17 Chandigarh. As a part of the up gradation of the data center, Society(Society for IT initiative fund
for e-Governance , an autonomous body under the administrative control of Information Technology
Electronics & Communication Department Haryana) invites tenders for the supply, installation and
commissioning of the procurement of Networking, Compute (Blade chassis, Blade servers),Enterprise
Storage, Purpose built backup appliance based backup solution, Security appliance , various software and
licenses for Haryana State Data Centre as per the terms and conditions specified in this tender document.
Here in this document Society for IT initiative fund for e-Governance, an autonomous body under the
administrative control of Information Technology Electronics & Communication Department Haryana is
referred as “Society”.

Bidders’ Sign and Stamp


5|Page
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

2 DATASHEET
# Clause Reference Topic
1 Tender Inviting Authority (TIA) Secretary and Treasurer
Designation and Address Society for IT initiative fund for e-Governance,
an autonomous body under the administrative control
of Information Technology Electronics &
Communication Department Haryana
SCO 109-110 1st Floor Sector 17 B
Chandigarh. 160017
2 Name of the Tender Supply, Installation & Commissioning of IT
Infrastructure for Haryana State Data Centre
Tender Reference No. Admn/300/2SIT/20-21/1
Place of Execution: Chandigarh
3 Method of Selection Least cost (L1) Based Selection

4 Tender Document availability Tender Notice &Tender Document is available at


https://etenders.hry.nic.infrom 22.01.2021 :
2:30:00 PM onwards
Approximate tender value 25 Cr.
5 Tender Document & Processing The Payment for Tender Document Fee INR 10,000/-
Fee (Rupees Ten Thousand only) and eService Fee
Rs.1180/- (Rupees one thousand one hundred eighty
only including GST (Nonrefundable)) can be made by
eligible bidding entity (herein referred as bidder)
through Demand Draft / Bank Cheque in favour of
SOCIETY FOR IT INITIATIVE FUND FOR E -GOVERNANCE
payable at Chandigarh(scanned copy of Demand Draft
/ Bank Cheque / Pay Order is to be uploaded with PQ
cum Technical e-bid).
6 EMD 1. EMD of Rs. 2,00,000.00/- in the form of
Electronic transfer or through Demand Draft /
Bankers Cheque in favour of SOCIETY FOR IT
INITIATIVE FUND FOR E -GOVERNANCE payable
at Chandigarh EMD of all unsuccessful Bidders
would be refunded in 90 days of the bidder
being notified as being unsuccessful / issuance
of LOI to successful bidder
2. The Bidders may deposit EMD amount Rs.
2,00,000.00/- to following accounts
Account Name: Society for IT Initiative Fund for
e-Governance
Account Number: 10080011526
IFSC Code:SBIN0006831
UTR No: Scanned copy of Online Payment Receipt
should be uploaded with technical e-bid.
7 Proposal Language Bid should be submitted in the English language.

8 Proposal Validity Proposals must remain valid 180 days after the last
date for bid submission.

Bidders’ Sign and Stamp


6|Page
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

9 Bidding Start Date & Time 22.01.2021: 2:30:00 PM onwards

10 Last date of Bid Submission (e- 12.03.2021 : Till 03:00:00 PM


Tender)
11 Last date for submission of hard 16.03.2021: Till 04:30:00 PM
copy of technical bid to Society. (Hard Copy of Technical bid with proper binding and
indexing as uploaded on e-procurement portal by the
respective bidder must be submitted by bidder in the
O/o CITO DITECH, SCO 109-110 1st floor ,
Sector-17B, Chandigarh

12 Pre-bid Meeting Venue with The pre-bid meeting will be held on 04.02.2021 at
Date & Time 02:30:00 PM in physical mode in Chandigarh and
through Video Conferencing. Participating
OEMs/Bidders may join the pre-bid conference either
through VC or at the venue to be communicated later
on.
The pre-bid queries in writing should be submitted on
email rajeshpandey.ditech@hry.gov.in till 03:00 :00
PM on 29.01.2021. After due date and time , no pre-
bid queries will be entertained.
13 Date and Time of 24.03.2021: at 11:30:00 AM
Opening of Technical Bids
14 Date and Time of Opening of To be communicated later on
Commercial Bids

Please Note:
i. Eligibility Criteria: Please refer to the Section 5 of the Tender Document.
ii. Two Bid System i.e. Stage-1 Prequalification cum Technical Bid; Stage-2 Commercial Bid.
iii. Tenders received after due date and time will be summarily rejected.
iv. Any Bid not conforming to the format will be summarily rejected.

Bidders’ Sign and Stamp


7|Page
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

3 INSTRUCTIONS TO BIDDER ON ELECTRONIC TENDERING SYSTEM

1. Bidder should do Online Enrolment in this Portal using the option Click Here to Enroll available in
the Home Page. Then the Digital Signature enrollment has to be done with the e-token, after logging
into the portal. The e-token may be obtained from one of the authorized Certifying
Authorities such as e-Mudhra CA/GNFC/IDRBT/MtnlTrustline/SafeScrpt/TCS.
2. Bidder then logs into the portal giving user id / password chosen during enrollment.
3. The e-token that is registered should be used by the bidder and should not be misused by others.
4. DSC once mapped to an account cannot be remapped to any other account. It can only be
inactivated.
5. The Bidders can update well in advance, the documents such as certificates, purchase order details
etc., under My Documents option and these can be selected as per tender requirements and then
attached along with bid documents during bid submission. This will ensure lesser upload of bid
documents.
6. After downloading / getting the tender schedules, the Bidder should go through them carefully and
then submit the documents as per the tender document; otherwise, the bid will be rejected.
7. The BOQ/BOM template must not be modified/replaced by the bidder and the same should be
uploaded after filling the relevant columns, else the bidder is liable to be rejected for that tender.
Bidders are allowed to enter the Bidder Name and Values only.
8. If there are any clarifications, this may be obtained online through the eProcurement Portal, or
through the contact details given in the tender document. Bidder should take into account of the
corrigendum published before submitting the bids online.
9. Bidder, in advance, should prepare the bid documents to be submitted as indicated in the tender
schedule and they should be in PDF/XLS/RAR/DWF formats. If there is more than one document,
they can be clubbed together.
10. Bidder should arrange for the EMD as specified in the tender. The original should be
posted/couriered/given in person to the Tender Inviting Authority, within the bid submission date
and time for the tender.
11. The bidder reads the terms and conditions and accepts the same to proceed further to submit the
bids.
12. The bidder has to submit the tender document(s) online well in advance before the prescribed time
to avoid any delay or problem during the bid submission process.
13. There is no limit on the size of the file uploaded at the server end. However, the upload is decided
on the Memory available at the Client System as well as the Network bandwidth available at the
client side at that point of time. In order to reduce the file size, bidders are suggested to scan the
documents in 75-100 DPI so that the clarity is maintained and also the size of file also gets reduced.
This will help in quick uploading even at very low bandwidth speeds.
14. It is important to note that, the bidder has to click on the Freeze Bid Button, to ensure that he/she
completes the Bid Submission Process. Bids Which are not Frozen are considered as
Incomplete/Invalid bids and are not considered for evaluation purposes
15. In case of Offline payments, the details of the Earnest Money Deposit(EMD) document submitted
physically to the Department and the scanned copies furnished at the time of bid submission online
should be the same otherwise the Tender will be summarily rejected
16. The Tender Inviting Authority (TIA) will not be held responsible for any sort of delay or the difficulties
faced during the submission of bids online by the bidders.
17. The bidder may submit the bid documents online mode only, through this portal. Offline documents
will not be handled through this system.

18. At the time of freezing the bid, the eProcurement system will give a successful bid Updation message
after uploading all the bid documents submitted and then a bid summary will be shown with the bid

Bidders’ Sign and Stamp


8|Page
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

no, date & time of submission of the bid with all other relevant details. The documents submitted
by the bidders will be digitally signed using the e-token of the bidder and then submitted.
19. After the bid submission, the bid summary has to be printed and kept as an acknowledgement as a
token of the submission of the bid. The bid summary will act as a proof of bid submission for a tender
floated and will also act as an entry point to participate in the bid opening event.
20. Successful bid submission from the system means, the bids as uploaded by the bidder is received
and stored in the system. System does not certify for its correctness.
21. The bidder should see that the bid documents submitted should be free from virus and if the
documents could not be opened, due to virus, during tender opening, the bid is liable to be rejected
22. The time that is displayed from the server clock at the top of the tender Portal, will be valid for all
actions of requesting bid submission, bid opening etc., in the e-Procurement portal. The Time
followed in this portal is as per Indian Standard Time (IST), which is GMT+5:30. The bidders should
adhere to this time during bid submission.
23. All the data being entered by the bidders would be encrypted at the client end, and the software
uses PKI encryption techniques to ensure the secrecy of the data. The data entered will not be
viewable by unauthorized persons during bid submission and not viewable by any one until the time
of bid opening. Overall, the submitted bid documents become readable only after the tender
opening by the authorized individual.
24. During transmission of bid document, the confidentiality of the bids is maintained since the data is
transferred over secured Socket Layer (SSL) with 256-bit encryption technology. Data encryption of
sensitive fields is also done.
25. The bidders are requested to submit the bids through online eProcurement system to the TIA well
before the bid submission end date and time (as per Server System Clock).
26. The bidders are requested to submit the bids through online eProcurement system to the TIA well
before the bid submission end date and time (as per Server System Clock).

Bidders’ Sign and Stamp


9|Page
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

4 SCOPE OF WORK
4.1 Society invites e-bids for Supply, installation and commissioning of the Network Switches L2 & L3, SAN
Switches, Compute (Blade chassis, Blade servers), Enterprise SAN Storage, Purpose built backup
appliance based backup solution, Host Intrusion Prevention System(HIPS), Web Application Firewall
(WAF), Server virtualization software and various software licenses for Haryana State Data Centre as
per the minimum technical specifications and other terms and conditions mentioned in this Tender
document.
4.2 Host Intrusion Prevention System (HIPS) Management server should be installed & commissioned by
OEM technical resource and bidder has to supply all required hardware for installation &
commissioning of HIPS server/client setup except Storage for proposed solution and should integrate
with SAN storage being supplied under this RFP.
4.3 Server Virtualization software should be installed & commissioned by OEM technical resource and all
requisite hardware like compute, storage, Network would be provided by TIA. The bidder shall ensure
that Server Virtualization software should be compatible with compute, network, storage
infrastructure offered in this RFP. Migration of existing Virtual Machines and services shall be the
responsibility of OEM. Any tool or software etc. required for successful migration with minimum down
time should be provisioned with no extra cost to TIA. tentatively 10 Virtual Machines to be migrated
4.4 Training: Host Intrusion Prevention System (HIPS) & Server Virtualization software training of 2 weeks
should be imparted by only OEM technical resource to the team at venue as communicated by TIA.
4.5 Delivery Schedule: - Within 6 weeks (42 calendar days) from the date of placement of Purchase order
by TIA.
4.6 Based on any urgent requirement, Delivery Schedule may be reduced by TIA after the discussions and
concurrence from the Successful Bidders.
4.7 The Successful Bidder is responsible for all unpacking and installations. Also, supplier shall test all
hardware operations ensuring successful and continuous operations of these Infrastructure (S/w cum
H/w) offered through bid.
4.8 The Customer is responsible for the site preparation before the scheduled installation dates.
4.9 The Successful Bidder is responsible for all unpacking and shall carry out the installations,
commissioning and configuration of all the hardware & appliances and related software as listed in
this tender through OEM or OEM authorized partner& as approved by SDC Team.
4.10 The testing of all equipment & appliances and its operations shall be the responsibility of successful
bidder and its OEM or OEM authorized partner. Bidder shall also accomplish all adjustments necessary
for successful and continuous operation of these security appliances and software supplied, installed
& commissioned under this tender for State Data Centre.
4.11 The supply and installation of ordered items along with necessary operational and user manuals /
drawings, circuit diagram, if any etc., shall be made available. The Successful Bidder shall be
responsible for commissioning of the items supplied by preparing interfacing / integrating with
purchaser’s equipment / accessories / supplied by other vendors.
4.12 The Bidder shall ensure that all the peripherals, accessories, sub-components required for the
functionality and completeness of the solution, including but not limited to the devices, equipment,
accessories, software, licenses, tools, etc. should also be provisioned according to the requirements
of the solution. In order to assess this requirement, the bidder if required, can visit the Data Centre
with prior information to the purchaser and upon his approval.
4.13 The successful bidder should maintain a minimum one buffer stock of workable items to resolve the
issues if any as reported by SDC Team, within the timelines raised by the Society during the warranty
and AMC period, as the case may be.
4.14 It will be the responsibility of the successful bidder to rectify any defect and update the software by
incorporating necessary patches, security patches and updates as and when released by the original
supplier (Frequency of releasing the patches by few OEMs are generally on monthly basis and other
OEMs are releasing the most reliable software patches as soon after a vulnerability announcement)
or found necessary for the functioning to provide the best performance and security level of the

Bidders’ Sign and Stamp


10 | P a g e
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

security appliances and software offered under tis tender by the successful bidder. The successful
bidder shall also ensure complete rollback to original status in case of any problem and shall take
necessary system backups before the activity.
4.15 Bidder shall provide a well-defined resolution and support mechanism with escalation matrix viz - a -
viz severity level. The said support for the resolution of the issues shall be on site in case if remote
resolution is not possible. Response to any malfunctioned equipment reported by purchaser/its
system integrator/ Managed Service Provider / any Authorized representative of purchaser, the
successful bidder shall respond within 2 hours of logging of complaint and provide
resolution/replacement within 6 hours of incident/fault reporting for 24*7*365 basis (All DaysOn
Site).
4.16 The purchaser will not be responsible if the bidder has not provisioned for any components, sub-
components, assemblies, sub-assemblies as part of Bill of Material in the bid response. The bidder will
have to provision to meet the requirements as per scope of work and Minimum Technical
Specifications (MTS), at no additional cost and time implications to the purchaser.
4.17 The supply and installation of ordered items along with necessary operational and user manuals /
drawings, circuit diagram, if any etc., shall be made available. The Successful Bidder shall be
responsible for commissioning of the items supplied by preparing interfacing / integrating with
purchaser’s equipment / accessories / supplied by other vendors.
4.18 After successful Installation, commissioning and handing over of the ordered items to the consignees
the Successful Bidder must obtain signed installation certificate in the Installation Certificate Format
(Format will be provided to the Successful Bidder along with the Letter of Acceptance) duly certified
by the respective consignee on the installed items.
4.19 The Successful Bidder shall send status report in the format prescribed in such intervals as may be
required by TIA/Project Steering Committee from time to time till the execution of the entire order.
Status Report Format will be provided to the Successful Bidder along with the Letter of Acceptance.
4.20 The Successful Bidder shall arrange physical inspection as per specified date, time &venue informed
by TIA.
4.21 Warranty shall be from the date of final acceptance of supplied material. OEM Warranty certificates
must be submitted by Successful Bidder at the time of delivery. The successful bidder should
guarantee the rectification of issues in case of any break down during the warranty period.

Bidders’ Sign and Stamp


11 | P a g e
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

5 ELIGIBILITY CRITERIA
5.1. This TENDER is open to all Entities within India, who are eligible to do business in India under
relevant Indian laws as in force at the time of bidding.
5.2. Entity declared by GoH to be ineligible to participate for corrupt, fraudulent or any other unethical
business practices shall not be eligible during the period for which such ineligibility is declared.
5.3. In case the entity is a defaulter in paying any dues to any of the Government Departments, the
entity is not eligible for the tender. The bidder should submit affidavit as placed at Annexure- 10 &
11 in the technical bid.
5.4. Breach of any of the conditions of this tender document, work order, arrangement, contract with
Govt. Of Haryana may attract a proceeding to declare an Entity ineligible for a certain period or
certain number of consecutive tender calls at the option of Society.
5.5. The concessions/benefits to MSEs and medium Enterprise are as per Haryana State Public
Procurement Policy for MSMEs-2016, issued by Govt. of Haryana, Department of Industries&
Commerce vide G.O. 2/2/2016-4IBII (1) dated 20.10.2016 and Amendment Memo No. 2/3/2018-
4IB-II dated 23.04.2018. Manufacturing Micro and Small Enterprises (MSEs including Khadi and
Village Industries/Units) who have filed Entrepreneur Memorandum in Haryana in respect of the
quoted items participate directly in tender and do not through any intermediaries (their
dealers/agents. distributors), will not subcontract to any other firm and to carry the entire
manufacturing at their enterprise. Concerned MSE will be required to submit a copy of
Entrepreneur Memorandum in respect of its category of Micro/Small issued to the firm by the
Industries Department Haryana as a part of technical bid.
5.6. Any Bidder not meeting even one of the qualification criteria as mentioned below shall be
summarily rejected. The Bidders shall enclose documentary evidence for fulfilling the Eligibility in
the Technical Bid. If a bidder fails to enclose the documentary proof for eligibility, their bid will be
summarily rejected.

5.7. Minimum Eligibility Criteria:-

# Requirement Head Clause Documents Required


1. Legal status The bidding entity must be: Self-attested with stamp by
(i) company registered in India under bidder
the Indian Companies Act, Copy of Certificate of
1956/2013 Incorporation/registration
(ii) Firm registered under Partnership
Act 1932 (with GST & Service Tax
registration)
(iii) LLP registered under LLP Act 2008
The bidding entity should be in
existence in India for at least the last 3
years FY (2017-18,2018-19,2019-20).
2. Processing Fee 1. The Payment for Tender Scanned copy of demand
Document Fee INR 10,000/- draft / Bank Cheque to be
(Rupees Ten Thousand only) and uploaded online with
eService Fee Rs.1180/- (Rupees Technical e-bid
one thousand one hundred
eighty only including GST
(Nonrefundable)) can be made Original Demand Draft /
by eligible bidders / contractors Bank Cheque as uploaded
through Demand Draft / Bank online in favour of SOCIETY
Cheque in favour of SOCIETY FOR FOR IT INITIATIVE FUND
IT INITIATIVE FUND FOR E - FOR E–GOVERNANCE

Bidders’ Sign and Stamp


12 | P a g e
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

# Requirement Head Clause Documents Required


GOVERNANCE payable at payable at Chandigarh to
Chandigarh (scanned copy of be enclosed with hard
Demand Draft / Bank Cheque / copy of technical bid to be
Pay Order is to be uploaded with submitted
PQ cum Technical e-bid)
3. EMD The Payment for EMD of Rs. 2,00,000/- Scanned copy of demand
(Rupees Two Lacs only) can be made by draft / Bank Cheque to be
eligible bidders through Demand Draft uploaded online with
/ Bank Cheque in favour of SOCIETY FOR Technical e-bid
IT INITIATIVE FUND FOR E–
GOVERNANCE payable at Chandigarh
(scanned copy of Demand Draft / Bank Original Demand Draft /
Cheque / Pay Order is to be uploaded Bank Cheque as uploaded
with PQ cum Technical e-bid). online in favour of SOCIETY
FOR IT INITIATIVE FUND
FOR E -
GOVERNANCEpayable at
Chandigarh to be enclosed
with hard copy of technical
bid to be submitted
4. Authorized signatory The Signatory signing the Bid on behalf A Certificate from the
of the Bidder should be duly authorized Company Secretary /
by the Board of Directors of the Bidding Director of the Bidding
Company to sign the Bid on their behalf. entity certifying that the
Bid signatory is authorized
by the entities to do so
along with authorization
letter from competent
authority / board
resolution, resolution
number and date.
5. Status of Bidder The bidder should be an OEM of offered Certificate/license of
items. Manufacturing in case
bidder is an OEM.
However, in case, OEM is not
participating in the tenders directly Certificate of dealership /
then the OEM can authorize any Indian authorization letter as per
National the Annexure-5 from OEM
distributor/firm/distributor/dealer etc. in case bidder is any
Indian National distributor
Bidder can also be a startup as defined / firm / dealer/SI etc. in
by Govt. of Haryana, Industries & addition to manufacturing
Commerce Department vide policy certificate/license of OEM.
circular no. 2/2/2016-4IB-II dated
03.01.2019. The said policy circular In case of startups, the
is available on the website of prior turnover and prior
DGS&D, Haryana i.e. experience shall be
http://dsndharyana.gov.in/en- applicable as defined by
us/Purchase/Rules-instruction- and- Govt. of Haryana,
procedure/Instructions Industries & Commerce
Department vide policy

Bidders’ Sign and Stamp


13 | P a g e
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

# Requirement Head Clause Documents Required


circularno.2/2/2016-4IB-II
dated 3.1.2019. The clause
of OEM/authorized
distributor / Dealer/ agent
shall not apply for startups
as startups have to bid
directly.
6. Business/Manufacturing The bidder/OEM should be in the Copies of work orders and
Status business/manufacturing of offered contracts specifying the
products during last 3 years FY (2017- same.
18, 2018-19, 2019-20).
7. Project Experience of The OEM should have executed orders Copies of work orders and
OEM of 200% of estimated tender value or contracts along with
supplied at least 200% of tender completions report
quantity in last 3 financial years FY specifying the same.
(2017- 18, 2018-19, 2019-20). The
orders should be executed on behalf of
State/Central Govt. / PSU/Banking,
Financial Services and Insurance (BFSI)
Sector / Registered Companies /
Government Educational
Institutions in India.
8. Project Experience of The bidder should have executed A certified letter from the
Bidder orders of 20% of estimated tender concerned Client
value or supplied at least 20% of tender confirming the total
quantity in last 3 financial years FY amount, date of
(2017- 18, 2018-19, 2019-20) of supply, engagement and
installation and commissioning of successful completion of
following products and software as order with Copy of Work
listed in the bill of material i.e. WAF, Order
HIPS, Enterprise Storage, blade servers,
server virtualization, PBBA etc. The If partial completion is
orders should be executed on behalf of done, undertaking from
State/Central Govt./PSU/Defense in client confirming phases
India. completed and
The bidder should be in business corresponding value of
related to selling, installation, completed phases and
commissioning of WAF, HIPS, materials / services
Enterprise Storage, blade servers, supplied
server virtualization, PBBA etc. from
minimum last 3 FY(2017-18, 2018-19
and 2019-20).
9. Turn Over The bidder average turnover during last Audited Balance sheet and
3 years should be at least 5 Cr (FY 2017- Profit & Loss account
18, 2018-19 and 2019-20). statement of the Bidder for
each of the last 3 audited
The bidder should have positive net financial years (FY 2017-
worth (measured as paid-up capital 18, 2018-19 and 2019-20).
plus free reserves) in last audited
financial years (FY 2017-18, 2018-19 Certificate duly signed by
and 2019-20). Statutory Auditor/CA of
the Bidder confirming the
positive net-worth in each

Bidders’ Sign and Stamp


14 | P a g e
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

# Requirement Head Clause Documents Required


of three financial years
(FY 2017-18, 2018-19 and
2019-20).
10. Undertaking no Neither Bidder nor OEM should have
for An affidavit on non-judicial
Blacklisting been blacklisted by any Government or stamp paper as per the
quasi- Government entity in India Annexure-2 to be
(Centre / State / Local Bodies, UIDAI, submitted by bidder.
NIC, STQC etc.) for breach of any
applicable law or violation of regulatory An undertaking as per the
prescriptions or breach of agreement as Annexure-2 to be
on date of submission of Bid. submitted by OEM on its
letter head
11. ISO Certifications ISO9001:2008, or higher Certificate Copies of valid ISO
issued in the name of OEM for certificate on the date of
Manufacturing Process. submission of bid issued by
the Govt. Certifying
authority.
12. Service Center There should be at least one OEM Copies of rent agreement,
owned or OEM authorized service if not, an undertaking to
centers in Tricity (Chandigarh, Mohali open the same within one
and Panchkula)/ NCR month (30 days) from the
date of issue of purchase
order.
13. Tax registration The Bidder should have all necessary Copies of valid GST
licenses, permissions, consents, NOCs, number & PAN No.
approvals as required under law for
carrying out its business. The Bidder
should have currently valid Sales
tax/Service Tax Registration Certificate
and PAN No. as on the last date of
tender submission
14. Compliance of Minimum The offered items as proposed should A self-certified document
Specifications meet the minimum specifications of indicating compliance to
indicated in the RFP minimum specifications as
per the Annexure-4.
15. Undertaking of no No Dispute with Bidder or their OEM as An undertaking to this
dispute. on date of submission of bids related to effect on its letter head
supply of any item placed by duly signed by authorized
Society/HARTRON. Bid of such OEM signatory of the bidding
and their product/bidder will not be entity
considered.
16. OEM Undertaking The Bidder should submit valid letter Documentary evidences
from all the OEMs of products offered such as Authorization
confirming the following: letters MAF
a. Authorization for bidder (Manufacturer’s
confirming that the products Authorization Form) from
quoted will not be “end of sale all OEMs whose products
in next one year from the date are being quoted by the
of submission of the bid”. Bidder need to be attached
in the proposal as per
b. Undertake that the support format provided in RFP.
including spares, patches for
the quoted products shall be
available and product will not

Bidders’ Sign and Stamp


15 | P a g e
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

# Requirement Head Clause Documents Required


be End Of Life for next 5 years
from Go-Live acceptance.
17. Technical Compliance Compliance from OEM & bidder for The bidder must submit an
detailed technical specifications of all item wise compliance for
the Products offered in this bid as per the technical specifications
Bill of material (BOM) duly vetted by the
respective OEMs specific
to this tender. The Model
and Make/Version of the
offered products should be
clearly specified in the
compliance document(Bill
of material (BOM))
18. OEM Presence a. Each OEM must have direct or a. An undertaking from
registered service partner each OEM for the
presence in India with at least ten requisite number of
(10) no’s of technical manpower technical manpower
direct support in India for the for direct support in
offered technology solution. India
b. In the last three financial years (FY b. Work order / Contact
2017-18 to FY 2019-20), each OEM agreement etc.
must have supplied similar kind of c. Documentary
enterprise level products in at least evidence for TAC
two different work orders support in India to be
c. OEM of offered products must provided.
have their own Technical
Assistance Centre (TAC) support in
India.
Note:-For MSME, Make in India, Start up, the turnover, experience and other conditions will be
applicable as per Haryana State Govt. Guidelines issued time to time.
Any Bid failing to meet the above stated Qualification criteria shall be summarily rejected and will not
be considered for Financial Evaluation.

5.8. Relaxations to Micro Small and medium Enterprise registered in Haryana:-


A. Concessions/benefitsMSEs:-

S# Area as part of Concession benefits allowed Eligibility


qualifying to MSEs.
requirements
1. Tender Fee Exemption on the payment of Manufacturing Micro & Small
Tender Fee subject to Enterprises(MSEs) (Including Khadi& village
fulfillment of conditions as Industries/ Units) who have filed
per eligibility Entrepreneur Memorandum in Haryana in
2. Earnest Money Exemption on the payment of respect of the quoted items, participate
Deposit (EMD) Earnest Money deposit (EMD) directly in tender and not through any
subject to fulfillment of intermediaries (their dealers/ agents/
condition as per eligibility. distributors), will not subcontract to any
3. Performance 90% concession on other firm and to carry the entire
Security Performance Security as manufacturing at their enterprise.
applicable to other Haryana Concerned MSE will be required to submit
based firms subject to the copy of Entrepreneurs Memorandum in

Bidders’ Sign and Stamp


16 | P a g e
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

fulfillment of condition as per respect of its category of Micro/Small


eligibility issued to the firm by the Industries
4. Turnover a. Micro Enterprises: Department Haryana as part of Technical
Concession of 80% on Bid.
Turnover condition
imposed as qualifying
criteria.
b. Small Enterprises:
Turnover condition
imposed as qualifying
5. Past Exempted in respect of Past Manufacturing Micro & Small Enterprises
Performance & Performance & Experience as (MSEs) (including Khadi& village Industries/
Experience part of qualifying Units) who have filled Entrepreneur
Requirement of the tender Memorandum in Haryana and Further:
subject to fulfillment of Those MSEs have Qualified Certification of
condition as per eligibility ISI/ISO/Ag Mark /Quality Mark issued from
competent authority in State or Central
6. Purchase 50% of the total tendered Govt. in respect of the item/ Goods
Preference quantity provided quoting mentioned in the tender.
price within band of L-1+15% OR/AND
by bringing down their price Those who are registered with DGS&D/
to L-1and subject to condition NSIC /GOI Department/ State Govt.
that it agrees to fulfillment of Department/GOI PSUs/State Govt. PSUs in
other terms & conditions of respect of the item/goods mentioned in the
the tender and further subject tender.
to fulfillment of conditions as The firm will be required to submit the
per eligibility detailed information in respect of above
through an affidavit as per the format
enclosed as Annexure-X.

5.9. Concessions/benefits to Medium Enterprises: -


S# Area as part of Concessions/benefits Eligibility
qualifying allowed to medium
Requirements enterprises
i. Past Exemption on Qualifying Manufacturing Medium Enterprises of the
Performance & Requirement of Past State that have filed Entrepreneur
Experience Performance & Experience as Memorandum for quoted items in Haryana,
part of Qualifying Participate directly in tender and not
Requirements of the tender through any intermediaries (their
subject to the tender subject dealers/agents/ Distributors), and will not
to fulfillments of conditions as subcontract to any other firm and to carry
per eligibility. the entire manufacturing at their
ii. Purchase 10% of the total tendered enterprise. This concession will be
Preference quality provided quoting price applicable only for one year to newly
within band of L-1+15% by registered Medium Enterprises or Medium
bringing down their price to Enterprises of State who are not eligible in
L-1 and subject to condition State Public Procurement due to eligibility
that it agrees to fulfillment of criteria of part performance & Experience.
other term & conditions of The Firm will be required to submit the
the tender and further detailed information in respect of above

Bidders’ Sign and Stamp


17 | P a g e
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

subject to fulfillment of through an affidavit as per the format


conditions as per eligibility. enclosed as Annexure-XI.
Any Bid failing to meet the above stated Qualification criteria shall be summarily rejected and will not
be considered for Financial Evaluation

Bidders’ Sign and Stamp


18 | P a g e
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

6 MINIMUM TECHNICAL SPECIFICATIONS


6.1. Minimum Technical Specifications of the Networking, compute (blade chassis, blade servers,
Switches (L2/L3 ), storage, back up appliance , Security , S/w and Licenses for Haryana State
Data Centre and Disaster Recovery

Please note that the specifications given below are the minimum suggested technical specifications.
Bidders are free to offer any specification over and above the minimum indicated. The bidders are further
required to submit the technical brochures along with the technical bid besides filling the technical
Performa at Annexure-4.

6.2. Bill of Material


# Item Description Qty.
1 Compute & Network
1.1 Blade Server 24
1.2 Blade Chassis As per solution to suffice 24 blades
1.3 SAN SWITCHES 2
1.4 Network Switches (L2) 2
1.5 Network Switches (L3) 7
2 Storage& Backup
2.1 SAN Storage 1

2.2 Backup Appliance along with backup software 1


3 Cyber security Infrastructure
3.1 Web application firewall (WAF) 2
3.2 HIPS Client with Management Server Licenses 500
4 Software Licenses
4.1 Microsoft Windows Server Data Centre Edition For 432 Core in 9 Blade Servers
Latest Edition each with dual socket
4.2 Red Hat Linux Operating System License for Virtual For 30 Socket/15 Blade Server each
Data Centre Latest Edition with dual socket
4.3 Server Virtualization Software latest edition For 48 Socket/24 Blade Server each
with dual socket
4.4 SQL Server License Enterprise Latest Edition For 24 Core
4.5 SQL Server License Standard Edition Latest Edition For 24 Core

Minimum Technical Specification for Haryana State Data Centre are as given in the technical format
(Annexure 14) attached with this tender document.

Note:
1. The Compliance of each line item should be submitted as per Minimum Technical Specification of
each category on OEM letterhead.
2. The successful bidder has to supply all essential accessories required for the successful installation
and commissioning of the infrastructure equipment supplied as per Scope of work under this
tender. All accessories including Cables, connectors, mounting etc. must be part of supply and
should be included within the cost given against each item of commercial bid.

Bidders’ Sign and Stamp


19 | P a g e
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

7 GENERAL INSTRUCTIONS AND BID PREPARATION AND SUBMISSION

7.1 Schedule of Tender:

a. Availability of Bid Document: The tender document is available on Procurement Portal i.e.
https://etenders.hry.nic.in.

b. Amendment of Tender Document: The amendments in any of the terms and conditions of this
Tender Document shall be uploaded on Procurement Portal i.e. https://etenders.hry.nic.in and all
prospective bidders are advised to check Procurement Portal from time to time for any updates.

7.2 Submission of Bids: Bids should be submitted online at https://etenders.hry.nic.in as per the date
mentioned under Section “Important Information”.

7.3 Advice to the Bidders:

a. Bidders are advised to study this tender document carefully before participating. It shall be deemed
that submission of Bid by the bidder have been done after their careful study and examination of
the tender Document with full understanding to its implications.

b. Period of Validity of Offer: Offer should remain valid for 180 days after the date of opening of the
Pre-qualification cum technical bids as prescribed by the Society. If the validity of the offer is
extended, the validity of EMD will also have to be extended. An offer valid for a shorter period may
be rejected by TIA as non-responsive.

c. Language of the Bid Proposal: The Language of the bid proposal as prepared by the Bidders shall be
English and all further correspondence and documents related to the bid proposal exchange with
the Society shall be English

7.4 Procedure for Submission of Bid: The Bids should be submitted in two parts i.e. Pre-Qualification
cum Technical Bid and Commercial Bid.

a. Mode of Submission of Bids: - Both Pre-Qualification cum Technical Bid and Commercial Bid shall
be submitted Online on Haryana Govt. e-procurement portal strictly as specified in the Tender
document. The Bids will not be received personally. Besides online submission of the bids, the
bidder is also required to submit a hard copy of the said uploaded pre-qualification cum technical
bid as per the date and time mentioned under Section “Important Information”.

b. Technical bid (Stage1): - The Technical Bid format as given in the Tender shall be filled, signed and
stamped on all pages. Errors if any shall be attested by the Bidders. The Technical Bid shall not
contain any indications of the Price otherwise the Bid will be summarily rejected. The bidders shall
submit the details of make and model of the items offered against the tender requirement.

c. Price Bid Form (Stage 2): -All the Price items as asked in the Tender shall be filled in the Price Bid
Format as given in the Tender. The Prices quoted shall be only in INDIAN RUPEES (INR) only. The
tender is liable for rejection if Price Bid contains conditional offers.

d. Rejection of Bid: - Bids submitted other than the electronic form on e-procurement portal of

Bidders’ Sign and Stamp


20 | P a g e
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

Haryana Government shall not be entertained.

7.5 Bid Evaluation Process

7.5.1 Initial Scrutiny

At the time of Technical Bid Opening, Initial Bid scrutiny will be conducted and incomplete details
as given below will be treated as non-responsive and the Bids will be rejected summarily.
If Tenders are;
a. not submitted in two parts as specified in the Tender received WITHOUT EMD amount and
tender processing fee;
b. All responsive Bids will be considered for further evaluation;
c. The decision of TIA will be final in this regard;

7.5.2 Technical Bid Scrutiny: Initial Bid scrutiny will be conducted and incomplete details as given below
will be treated as non-responsive. If Tenders are received:-

a. without the Letter of Authorization;


b. found without Tender Processing fee, EMD;
c. found with suppression of details with incomplete information;
d. subjective, conditional offers submitted without support documents as per the Eligibility
Criteria;
e. Evaluation Criteria non-compliance of any of the clauses stipulated in the Tender;
f. Lesser validity period not found with OEM’s compliance statement and the Technical Leaflets of
the quoted models. The decision of TIA will be final in this regard;

7.6 Clarifications by Society - When deemed necessary, Society may seek any clarifications on any
aspect from the Bidder. However, that would not entitle the Bidder to change or cause any change
in the substance of the Bid or price quoted. During the course of Technical Bid evaluation, Society
may seek additional information or historical documents for verification to facilitate decision-
making. For such additional clarification, if deemed necessary, the bidding entity is required to
submit their response to such additional requirement within five days from the date of issue of such
request for additional clarification by Society. Such request for additional clarification shall be sent
either through email or through post on the email address and postal address provided by the
bidding entity in the Format 1 of this tender document. In case the bidding entity fails to comply
with the requirements of Society as stated above, such Bids may at the discretion of Society, shall
be rejected as technically non-responsive.

7.7 Suppression of facts and misleading information: -

a. During the Bid evaluation, if any suppression or misrepresentation of is brought to the notice of
Society. Society shall have the right to reject the Bid and if after selection, Society would terminate
the contract, as the case may be, will be without any compensation to the Bidder and the EMD / SD,
as the case may be, shall be forfeited.
b. Bidders shall note that any figures in the proof documents submitted by the Bidders for proving
their eligibility is found suppressed or erased, Society shall have the right to seek the correct facts
and figures or reject such Bids.

Bidders’ Sign and Stamp


21 | P a g e
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

c. It is up to the Bidders to submit the full copies of the proof documents to meet out the criteria.
Otherwise, Society at its discretion may or may not consider such documents.
d. The Tender calls for full copies of documents to prove the Bidder’s experience and Capacity to
undertake the orders.

7.8 Technical Bid Evaluation: -

a. A tender scrutiny committee will examine / scrutinize the e-Technical Bids against the Eligibility
Criteria and Evaluation Criteria given in the Tender document. The evaluation will be conducted
based on the support documents submitted by the Bidders. The documents which did not meet the
eligibility criteria in the first stage of scrutiny will be rejected in that stage itself and further
evaluation will not be carried out for such bidders. The eligible Bidders alone will be considered for
further evaluation.

b. For those Bidders who have already worked or working with HARTRON/TIA, their previous
performance in HARTRON would be the mandatory criteria for selection. If any unsatisfactory
performances of those Bidders are found, their Bids will be straight away rejected. The
Unsatisfactory performance is defined as :-

i. Non responsiveness after getting the purchase order


ii. Delay in supply, installation of the ordered products without any bonafide reason, etc.
iii. Poor warranty support
iv. Not executing the contract as per the terms and conditions
v. Not furnishing the performance bank guarantee as per the requirement laid in the
contract/purchase orders
7.9 Price Bid Evaluation

a. The e-Price Bids of the Technically Qualified Bidders alone will be opened and evaluated. The Price
Bid shall include all expenses towards this Tender. The Price Bids of the Technically Qualified Bidders
will be opened in the presence of the Technically Qualified Bidders who are present at Society on
the stipulated date & time. The Bidders or their authorized representatives will only be allowed to
take part in the Price Bid Opening.

b. An evaluation committee will evaluate the bids of all the bidders both technically and commercially
as per the following schedule/pattern,

i) Only e-Technical bid shall be opened on the day of opening of the bids.
ii) Conditional bids shall summarily rejected.
iii) The Technical bid: - The documents furnished by each bidder with its Technical Bid will be
examined to see whether the qualifications and specific requirements mentioned in the tender
document are fulfilled.
iv) The Commercial bids of those bidders who satisfy the parameters laid out in the technical Bid
only will only be opened. The Place, date and time of the opening of the e-commercial Bids shall
be notified separately.
v) The commercial bid shall be evaluated as per guidelines issued by Department of Industrial &
Commerce, Haryana from time to time.
c. All the taxes indicated in the Price Bid will be taken for the Price Bid evaluation.

Bidders’ Sign and Stamp


22 | P a g e
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

i) The Price Bid Evaluation shall include the total price including all taxes & duties. However, the
breakup of the taxes & duties applicable needs to be provided as per the format given in
section 9 (Commercial bid)

ii) The bidder shall quote for the tendered items as well as for all the add-on-items mentioned in
the tender document.

iii) In case of rejection of a bid, the information will be given to the bidder within 2 days of the date
of approval of the proceedings of the evaluation committee meeting. For any grievance, the
bidder to communicate the same to the Society within 5 days of the date of issue of such
letter/intimation regarding status of their bid being either as per this tender or Not as per this
tender. Such bidder(s) should ensure that their communication is delivered/reached within 5
working days. Delay in post will not be counted as a valid reason. The representation/complaint
will be examined, and the decision will be taken within 5 days. After disposal of such
complaint/representation, financial bids of the technically qualified bidders will be opened.

7.10 Negotiations: -

a. The negotiations will be held up to L3 bidders if the difference between L1 quoted rates and
those quoted by L2 & L3 is within 5% of the L1 quoted rates as per the policy issued by the
State Govt. vide G.O No. 2/2/2010-4-IB-II dated 18.06.2013, G.O No. 2/2/2010-4-IB-II dated
16.6.2014, G.O No. 2/2/2010-4-IB-II dated 09.02.2015 will be applicable. These policy
guidelines are available at http://dsndharyana.gov.in/en-us/Purchase/Rules-instruction-and-
procedure/Instructions. The policy/procedure issued by State Govt. time to time will also be
applicable.

b. The negotiated prices will remain valid for the period of validity of Rate (if any). However, in
case the prices are reduced the same will be applicable and Director Admin, Department of
Information Technology Electronics & Communication Haryana reserves the right to accept the
reduced rates.

c. If during the validity of the rates the model is discontinued/withdrawn by the company
alternate model with same specification/higher specifications will have to be provided against
the orders in the remaining period of the R/C at the same rates i.e. rates finalized for the model
at the time of negotiation for the rate contract. Accordingly, the bidders should prefer to offer
model which are available during the whole period of Rate agreement.

7.11 Award of tender: -

a. The award of tender will be issued to the successful bidder.

b. Splitting of bid cannot be considered due to the integrated solution which is required for State
Data Centre.

7.12 Society reserves the right to:

i. Insist on quality / specification of materials to be supplied.

Bidders’ Sign and Stamp


23 | P a g e
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

ii. Modify, reduce or increase the quantity requirements to an extent as per the guidelines issued by
the State Govt. from time to time.

iii. Change the list of areas of supply locations from time to time based upon the requirement of the
purchase.

iv. May inspect the bidders’ factory before or after placement of orders and based on the inspection,
modify the quantity ordered.

v. Withhold amount as per the deficiency in the service aspect of the ordered items supplied to the
customers.

THE BIDDER IS EXPECTED TO EXAMINE ALL THE INSTRUCTIONS, FORMS, TERMS & CONDITIONS AND
SPECIFICATIONS IN THE INDENTING DOCUMENT. FURTHER TO FURNISH ALL THE INFORMATION
REQUIRED BY THE INDENTING DOCUMENT OR SUBMISSION OF A BID IN EVERY RESPECT WILL BE
AT BIDDERS RISK AND MAY RESULT IN REJECTION OF THE BID.

Read and accepted Signature on behalf of


M/s------------------------

Bidders’ Sign and Stamp


24 | P a g e
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

8 TERMS AND CONDITIONS OF THE CONTRACT

8.1 Acceptance of Tender and Withdrawals

The successful bidder(s) must comply with an order no. F. No. 6/18/2019-PPD dated 23.07.2020 of
Ministry of Finance Department of Expenditure Public Procurement Division regarding restrictions
under Rule 144 (Xi) of the General Financial Rules (GFRs), 2017. The final acceptance of the tender is
entirely vested with Society who reserves the right to accept or reject any or all of the tenders in full or
in parts without assigning any reason whatsoever. The Tender Accepting Authority may also reject all
the tenders for reasons such as change in Scope, Specification, lack of anticipated financial resources,
court orders, calamities or any other unforeseen circumstances. After acceptance of the Tender by
Society, the Successful Bidder shall have no right to withdraw their tender or claim higher price

8.2 Refund of EMD

The EMD amount of Successful Bidder will be refunded after submission of Performance Bank
Guarantee. EMD of all unsuccessful Bidders would be refunded in 90 days of the bidder being notified
as being unsuccessful / issuance of LOI to successful bidder

8.3 Warranty: All networking equipment i.e. Network Switch (L2), Network Switch (L3), SAN Switch, WAF,
HIPS infrastructure for Haryana State Data Centre to be supplied under this tender must come with
OEM comprehensive onsite warranty for five (05) years from the date of acceptance of the equipment
& Software supplied under this tender for Haryana State Data Centre to be supplied.

For All compute (blade chassis, blade servers), enterprise storage &Purpose Built Backup Appliance
solution, etc., for Haryana State Data Centre to be supplied under this tender must come with OEM
comprehensive onsite warranty for five (05) years from the date of acceptance of the equipment &
Software supplied under this tender for Haryana State Data Centre to be supplied.

8.4 Response to any malfunctioned equipment reported by Society/ Managed Service Provider / any
Authorized representative of Society/HARTRON, the successful bidder shall respond within 2 hours of
logging of complaint and provide resolution/replacement within 6 hours for 24*7*365 basis (All Days).
Bidder is required to give the escalation matrix for the resolution of the issues with the Technical bid.
After the initial expiry of the respective warranty period, Society may extend this warranty as a
comprehensive AMC for another two years (i.e. for 6th and 7th year) on annual basis. The bidder is
required to give the rates for such comprehensive AMC for two years after the expiry of initial warranty
of Five (05) years. However, these rates of comprehensive AMC shall not be considered for arriving at
L1 bidder.

8.5 Licenses & Transportation

i. All the operating system/software licenses if applicable are to be registered in the name of the
respective indenting department.

ii. The entire cost of transportation from the Manufacturing Plant or Port of Landing to the designated
destination as specified by Society shall be borne by the selected Bidder.

iii. The transit insurance for all the items being delivered at respective site is the responsibility of the

Bidders’ Sign and Stamp


25 | P a g e
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

successful bidder.

8.6 Packing: The selected Bidder shall provide such packing as is required to prevent damage or
deterioration of the goods during transit to their final destination as indicated in the Contract. The
packing shall be sufficient to withstand, without limitations, rough handling during transit and exposure
to extreme temperatures and precipitation during transit and open storage. The selected Bidder shall
be responsible for any defect in packing and shall dispatch the material freight paid and duly insured at
destination. Any equipment found to be damaged during the transit by the indenting department, the
successful bidder shall replace the aid equipment at his cost within 10 days from the event reported by
the indenting department/Society/HARTRON.

8.7 Payment, Delivery & Penalty Clause

i. No payment shall be made in advance for any supplies made under this order.

ii. 80% payment against inspection & delivery. Balance 20% payment on successful installation,
commissioning and training to the satisfaction of Society. Society will ensure releasing of payment
as soon as possible but not later than 45 days from the date of submission of all documents by
the Successful bidder required for releasing of payment.

iii. Performance Bank Guarantee:-The successful bidder is also required to submit a performance bank
guarantee (PBG) equivalent to the 10% of the total order value within seven days from the date of
issue of the purchase order and to be kept valid for Five years and six months from the date of supply
of the items as mentioned in this tender. The successful bidder shall be required to extend the bank
guarantee equivalent to any delay period of supply and for any annual renewal subsequent to the
expiry of initial three years. In the case of renewal, the validity of the PBG shall be equivalent to the
renewal period.

iv. When the extension of time is required due to any delay on the part of TIA/end user, extension of
delivery time for the period of such delay involved may be granted by, Secretary and Treasurer
Society for IT initiative fund for e-Governance Haryana as the case may be provided the successful
bidder produces documentary evidence of the delay.

v. Penalty amount if any will be adjusted in the payment due to the Successful Bidder.

vi. All taxes and other levies imposed by Governments in India will be paid at actual as applicable.

vii. Delivery of the ordered items is to be supplied within the delivery period of six weeks (42 days)
otherwise specified in the purchase order. Some occasions may arise that the products as indented
by the department’s maybe required to be delivered within a short period of 24 hours to the Society.
In such occasions, it may be very difficult to arrange shipment of the items from the vendor premises
due to the routine formalities.

viii. In case of delay in delivery beyond the delivery period of 6 weeks (42 days) or mentioned in
purchase order, the following penalty shall be imposed:-

Bidders’ Sign and Stamp


26 | P a g e
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

Sr. Delay in weeks (days) after the stipulated Penalty % on total value of the
No. delivery period of six weeks (42 days) order
A 1 week (1-7 days) 0.5%
B 2 weeks (8-14 days) 1%
C 3 weeks (21 days) 2%
D 4 weeks (28 days) 3%
E 5 weeks (35 days) 4%
F 6 weeks (42 days) 5%
G 7 weeks (49 days) 6%
H 8 weeks (56 days) Cancellation of order after
consultation with indenting
department/ Society/TIA*

* if, Society opts to accept the items beyond seven weeks (49 days) delay, 1% penalty per week
would continue for any unjustified delay in delivery

8.8 Invoicing:

i. With every dispatch of good so materials in the order, the successful bidder will prepare invoices
intriplicate in the name of indenting department as mentioned in the purchase order.

ii. Invoice along with Delivery Challan in duplicate are to be sent by the successful bidder to the
consignee. The duplicate of Delivery Challan to be returned by the respective indenting officers
with the quantities or numbers received duly noted and signed thereon to the successful bidder.

iii. Second copy to Society along with the duly signed Delivery Challan received by the successful
bidder from the respective intending officers for further necessary action regarding payments, etc.
The payment shall be released by Society after the receipt of inspection/verification of the
materials from the indenting department. The third copy to be sent by the successful bidder to
Indenting department for record in its office.

8.9 Forfeiture of EMD and SD

Forfeiture of Earnest Money:-


I. If the bidding entity withdraws his bid before the award of tender to the successful bidder or the
successful bidder withdraws after the acceptance of the bid, the Earnest Money Deposited by such
bidding entity will be forfeited.

II. If the bidding entity fails to comply with any of the terms, conditions or requirement of order and
the technical specifications of the tender document at time of award of contract, the Earnest Money
deposited by the bidding entity will be forfeited.

III. In case required performance security is not submitted by the bidding entity within 15 days from
the date of issue of Purchase order, the Earnest Money deposited by the bidding entity. will be
forfeited

Forfeiture of Performance Bank Guarantee:-

Bidders’ Sign and Stamp


27 | P a g e
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

a. The Society reserves the right of forfeiture of the performance guarantee in the event of the
successful bidder’s failure to fulfill any of the contractual obligations or in the event of termination
of contract as per terms & conditions of contract.

b. In case the successful bidder fails to submit the performance guarantee of the requisite amount
within the stipulated period or extended period, letter of Award automatically will stand withdrawn
and EMD of the contractor shall be forfeited.

c. In case successful bidder fails to comply with the delivery period as specified in the work
order/contract, the Performance security deposited by the vendor will be forfeited.

d. In case the successful bidder fails to provide services during the warranty period as per the
satisfaction of Society/ indenting department, the Performance security deposited by the vendor
will be forfeited.

e. In case the successful bidder failed to supply the ordered items as per the specification mentioned
in the purchase order or ordered items are rejected during the inspection even after giving one extra
chance if required for inspection, the Performance security deposited by the successful bidder will
be forfeited.

f. Performance guarantee shall be returned after successful completion of warranty period and AMC
period as the case may be to the entire satisfaction of indenting department or Society.

8.10 Authenticity of submitted Documents/Information.

a. The documents forming the Contract are to be taken as mutually explanatory of one another. If an
ambiguity or discrepancy is found in the documents, the Society shall issue any necessary instructions
and the priority of the documents shall be in accordance with the order as listed in the Appendix.

b. If any mismatch is noticed between the documents as uploaded at the time of submission of tender and
hard copies as submitted physically by the bidder, the tender shall become invalid.

c. If in case, any document, information & / or certificate submitted is found to be incorrect / false /
fabricated, the Society at its discretion may disqualify / reject / terminate the bid/contract and also
forfeit the EMD / All dues.

d. The bidders must submit a statutory undertaking on its letter head as placed at “Annexure-3” along
with the technical bid.

8.11 Consequences of Cancellation of Order:

a. If the successful bidder fails to adhere to any of the terms & conditions of this tender and subsequent
purchase order, the competent authority reserves the right to cancel the order.

b. Upon cancellation of order, the successful bidder shall deliver or cause to be delivered all works carried
out for and on account of the indenting department and all data and records required from or on
account of the Indenting Department/Organization.

Bidders’ Sign and Stamp


28 | P a g e
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

c. Cancellation of order shall not affect any continuing obligations of the successful bidder under the
Contract Agreement, which, either expressly or by necessary implication, are to survive its expiry or
termination such as confidentiality obligations of the successful bidder.

d. Upon cancellation of order for any reason whatsoever, the successful bidder shall return to the
Indenting Department/Organization any and all confidential information and any other property of the
Indenting Department/Organization.

e. Society on behalf of and in consultation with Indenting Department/Organization may procure services
similar to those undelivered, upon such terms and in such manner, as it deems appropriate, at the risk
and responsibility of the successful bidder and the successful bidder shall be liable for any additional
costs for such services.

f. The successful bidder shall continue the performance of the order to the extent not terminated.

g. In case, upon cancellation of order, Society on behalf of and in consultation with Indenting
Department/Organization shall have the right to impose the following penalties:-

i. Forfeiture of earnest money


ii. Imposition of liquidated damage.
iii. Putting supplier on holiday.
iv. Blacklisting of the bidder
v. Forfeiture of bank Guarantee (s)
vi. Risk Purchase on the expenses of vendor.

8.12 Termination of Contract

i. Termination for default

a) Society may without prejudice to any other remedy for breach of contract, by written notice of
default with a notice period of 14 days, sent to the Successful Bidder, terminate the contract
in whole or part,

(i) if the Successful Bidder fails to deliver any or all of the goods within the time period(s)
specified in the Contract, or fails to supply the items as per the Delivery Schedule or within any
extension thereof granted by Society; or

(ii) if the Successful Bidder fails to perform any of the obligation(s) under the contract; or

(iii) if the Successful Bidder, in the judgment of Society, has engaged in fraudulent and corrupt
practices in competing for or in executing the Contract.

b) In the event Society terminates the Contract in whole or in part, Society may procure & deliver,
upon terms and in such manner as it deems appropriate, the goods and services similar to
those and delivered and the Successful Bidder shall be liable to Societyfor any additional costs
for such similar goods. However, the Successful Bidder shall continue the performance of the
contract to the extent not terminated.

c) Upon cancellation of co nt ract for whatsoever, Society shall have the right to perform the

Bidders’ Sign and Stamp


29 | P a g e
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

following penalties:-

i. Forfeiture of earnest money


ii. Imposition of liquidated damage.
iii. Putting supplier on holiday.
iv. Blacklisting of the bidder.
v. Forfeiture of bank Guarantee (s) and Security deposit
8.13 Termination for Insolvency

Society may at any time terminate the Contract by giving written notice with a notice period of 14
days to the Successful Bidder, if the Successful Bidder becomes bankrupt or otherwise insolvent. In
this event, termination will be without compensation to the Successful Bidder, provided that such
termination will not prejudice or affect any right of action or remedy that has accrued or will accrue
thereafter to Society.

8.14 Termination for Convenience

Society may by written notice, with a notice period of 14 days sent to the Successful Bidder, may
terminate the Contract, in whole or in part, at any time for its convenience. The notice of
termination shall specify that termination is for Society convenience, the extent to which
performance of work under the Contract is terminated, and the date upon which such termination
becomes effective. On termination, the Successful Bidder is not entitled to any compensation
whatsoever.

8.15 Single point of contact

The Successful Bidder shall nominate and intimate Society, an authorized person as a Single Point
of Contact (SPOC), who shall be responsible for effective delivery of work complying with all the
terms and conditions. The Successful Bidder shall ensure that the Account Manager fully familiarizes
with the Tender Conditions, Scope of Work and deliverables.

8.16 Assigning of Tender whole or in part

The successful Bidder shall not assign or make over the contract, the benefit or burden thereof to
any other person or persons or body corporate. The Bidder shall not under-let or sublet to any
person(s) or body corporate for the execution of the contract or any part thereof without the prior
written consent of Society.

8.17 Liquidated Damages (LD)

A penalty will be levied at the rate specified in this tender document for non-fulfillment of delivery
schedule subject to the force Majeure conditions. Even If the work is not completed in full beyond
this period, such performance may entail termination of contract and black listing of the Successful
Bidder from participating in any of the Tender, This alone will not relieve the Successful Bidder and
the difference in cost of the items purchased through other technically qualified Bidders or any other
alternative sources will be recovered from the Successful Bidder.

8.18 Other Conditions

a) The final decision regarding the finalization of tender would be based on the technical capacity
and pricing of the Bidder. Society does not bind itself in selecting the bidder offering lowest

Bidders’ Sign and Stamp


30 | P a g e
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

prices.

b) Society reserves the right not to accept lowest price, to reject any or all the tenders without
assigning any reason, to relax or waive any of the conditions stipulated in the terms and
conditions of tender as deemed necessary in the best interest of Govt. Of Haryana for good and
sufficient reasons.

8.19 Arbitration and Jurisdiction

(a) In case of any dispute, the matter shall be referred to an Arbitrator mutually appointed in
accordance with the “Arbitration and Conciliation Act 1996”. The arbitration shall be held in
Chandigarh India and the language English only.

(b) Subject to the above, the Courts at Chandigarh alone only shall have jurisdiction in the matter.

8.20 Documents also to be included:

(a) Copy of ESI Registration or necessary Exemption Letter for ESI Registration shall be submitted.
(b) Copy of EPF Registration or necessary Exemption Letter for ESI Registration shall be submitted.

Read and accepted Signature on behalf of

M/s------------------------

Bidders’ Sign and Stamp


31 | P a g e
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

9 FORMAT TO RESPOND TO TENDER


Format 1: PRE QUALIFICATION-CUM-TECHNICAL BID
(To be submitted on its Letterhead by the bidder)
To,
Secretary and Treasurer
Society for IT initiative fund for e-Governance
SCO 109-1101st Floor Sector 17 B
Chandigarh. 160017

Dear Sir,

Subject: Admn/300/2SIT/20-21/1

1) Having examined the Tender document, I/We [name of the bidder (s)], the undersigned, herewith
submit our response to your Tender Notification dated _________________ for selection of vendor
for the _________________ in full conformity with the said tender document no
______________.

2) I/We have read the provisions of the Tender document and confirm that these are acceptable to
us. Hence, we are hereby submitting our Bid.

3) I/We agree to abide by this Tender, consisting of this letter, financial bid and all attachments, for a
period of 180 days from the closing date fixed for submission of bid as stipulated in the Tender
document.

4) I/We undertake that, in competing for (and, if the award is made to us, in executing) the above
contract, we will strictly observe the laws against fraud and corruption, in force in India.

5) I/We understand that Society /Department is not bound to accept/annul any bid received in
response to this Tender.

6) In case, I/We are engaged by Society /Department as service provider contractor for supply of
ordered items/goods/items of turnkey projects, I/We shall provide all assistance/cooperation
required by Society / Department appointed auditing agencies officials for performing their
auditing and inspection functions. I/We understand that our non-cooperation for the same shall
be grounds for termination of service/contract.

7) In case, I/We are engaged as a vendor, we agree to abide by all the terms & conditions of the
Contract and Guidelines issued by Society /Department from time to time.

8) I/ We have submitted requisite fee and EMD as per procedure laid in the Tender. All other required
documents (details given in summary table below) as per the stated Qualification Criteria

Bidders’ Sign and Stamp


32 | P a g e
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

9) Our Entity’s profile is as under:-

S# Required Details Remarks


1.
Legal Name of Entity
2. Type of Business  Company

 Partnership Firm

 Limited Liability Partnership

3. Company Identification No. (CIN) or


Tax Identification No. (TIN)
4. Business Address:
City
District
State
Zip code
Telephone Nos.:
Contact email:
5. Registered Address of the Company:
Address:
City
District
State
Zip code
Contact Person:
Telephone Nos.:
Contact email:
Company Website URL
6. PAN No. of bidder
TAN No. of bidder
GST No. of bidder
7. Has the firm transacted business under any other  Yes
previous names?
 No
If yes, under which name business transacted
8. Ownership of the Company/Firm:
Whether Company owned or controlled by parent  Yes
Company?
If yes, complete the following:  No
Legal name of the parent company
Full address of parent company
Street
City
District
State
Zip/Pin
9.  Subsidiary
Relationship with the parent company
 Division

Bidders’ Sign and Stamp


33 | P a g e
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

S# Required Details Remarks


10.
Date of ownership
11. Shareholding pattern of Parent Company:
Percentage of shares held by the parent company

Other majority shareholders in the Indian Company

Details of Board of Directors

12. Name of Bid and Contract Signing


Authority – I
Name
Designation
Contact No.
Email:
Power Of Attorney or resolution of Board of Directors
through which authorized as signatory
Authority – II
Name
Designation
Contact No.
Email:
Power Of Attorney or resolution of Board of Directors
through which authorized as signatory
13. Memorandum of Association and Articles of
Association of the company

Bye Laws and certificates of registration (in case of


registered firm)

14. Whether MOA of Bidding Company allows entering


into the bid of respective services? If yes, indicate the
relevant clause.

10) Our Entity’s Financial Details is given as under:-

S# Required Details Remarks


1.
Authorized Capital of the Indian Company
2.
Paid up Capital of the Company
3. Turnover of the Indian company for last three years
(FY 2017-18, 2018-19& 2019-20)
4. Net worth of the Indian company for last three years
(FY 2017-18, 2018-19& 2019-20)
5. Profit of the Indian company for last three years (FY
2017-18, 2018-19& 2019-20)
6.
Customer references

Bidders’ Sign and Stamp


34 | P a g e
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

7.
Past 1-3 year supply record
8.
Quality certificates received, if any
9.
Customer approval letters if any
10.
Awards and recognition received , if any
11.
After sales support mechanism

11) Our entity’s Legal Details

S# Required Details Remarks


1. Whether In the past five years prior to the date of this  Yes
application, has this entity or any principal of the entity
has been deemed to be in default on any contract, or  No.
been forcefully terminated from any contract of any
Organization? If yes, state the names of the entity,
relationship to firm and the circumstances.
2. Whether an undertaking (Affidavit) submitted that the  Yes
bidder has not been blacklisted/debarred by any
 No
central/state Government department/organization
3. Whether an undertaking submitted to the effect that  Yes
there has been no litigation with any Government
department/organization on account of similar  No
services
4. Whether the entity has undergone legal proceedings  Yes
in the past three years (FY 2016-17, 2017-18 & 2018-
19) including Society /Haryana Govt., If yes, Submit  No
details

Technical part
I/We hereby tender for the ________________________________________________________
_____________________________________________________ and provision of services during the
warranty period, as per the specifications given in this Tender document within the time specified and
in accordance with the specifications and instructions

Yours Sincerely,

Authorized Signatory (ies) [In full and initials]: ___________________________


Name and Title of Signatory (ies): _________________________________
Name of Bidding Company/Firm: ____________________________________
Address: ____________________________________ (Affix the Official Seal of the Bidding Company)

Bidders’ Sign and Stamp


35 | P a g e
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

Format 2: COMMERCIAL BID


(To be submitted by the bidder on its letter head)

To,
Secretary and Treasurer
Society for IT initiative fund for e-Governance
SCO 109-110 1st Floor Sector 17 B
Chandigarh. 160017

Dear Sir,

Subject: Admn/300/2SIT/20-21/1

I/We hereby tender for the ______________________________________________ and


provision of services during the warranty period of FIVE (05) years from the date of
acceptance of the equipment & Software supplied under this tender for Haryana State Data
Centre, as per the specifications given in this Tender document within the time specified and
in accordance with the specifications and instructions. Mentioned below are the rates quoted
in the prescribed format are FOR destination inclusive of all taxes:-

Table I

S# Item Description Requirement Offered Basic Total Applicable Total Cost


Qty. Unit Cost Taxes & inclusive of
Price Exclusive Duties/GST all
(Rs.) Taxes on (F) applicable
(Rs.) taxes &
duties
A B C D E F= D x E G H= F + G
1. Blade Server 24
along with
Chassis

2. SAN Switches 2

3. Network 2
Switches (L2)

4. Network 7
Switches (L3)

5. SAN Storage 1

6. Backup 1
Appliance along
with backup
software

36 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

7. Web application 2
firewall (WAF)

8. HIPS Client with 500


One (1)
Management
Server Licenses
9. Microsoft For 432
Windows Server Core in 9
Data Centre Blade
Edition Latest Servers each
Edition with dual
socket

10. Red Hat Linux For 30


Operating Socket/15
System License Blade Server
for Virtual Data each with
Centre Latest dual socket
Edition

11. Server For 48


Virtualization Socket/24
Software latest Blade Server
edition each with
dual socket

12. SQL Server 12 (For 24


License Core each
Enterprise License of 2
Latest Edition core)

13. SQL Server 12 (For 24


License Core each
Standard License of 2
Edition Latest core)
Edition

14. Grand Total

37 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

Annual Maintenance charges subsequent to the expiry of initial Five years onsite
comprehensive warranty

Table II

6th year AMC 7th year AMC after expiry


after expiry of 5 of 5 years warranty
years warranty
S# Item Description Requirement Offered Basic Total Cost Basic Unit Total Cost
Qty. Unit Exclusive Price (Rs.) Exclusive
Price Taxes Taxes (Rs.)
(Rs.) (Rs.)
A B C D E F= D x E G H= G x D
1. Blade Server 24
along with
Chassis

2. SAN Switches 2

3. Network 2
Switches (L2)

4. Network 7
Switches (L3)

5. SAN Storage 1

6. Backup 1
Appliance
along with
backup
software

7. Web 2
application
firewall (WAF)

8. HIPS Client 500


with One (1)
Management
Server Licenses
9. Grand Total

Note: AMC as mentioned under Table II shall not be considered for calculation of L1, and
taxes as applicable shall be extra at the time of entering into comprehensive AMC.

38 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

1. The bid found in any other currency shall be summarily rejected.

2. Period of Delivery: We do hereby undertake that in the event of acceptance of our bid,
the supply of mentioned items will be completed within stipulated delivery period of 6
weeks (42 days) as mentioned in this tender from the date of issues of purchase order
unless otherwise specified in the purchase order.

3. Training:- minimum two weeks hands on training shall be provided to the technical
resources/professionals of Society deployed at State Data Centre Sector 17, Chandigarh
within the price quoted by us in the Commercial Bid. During this training period, training
shall be imparted on installation, configuration, policy implementation (wherever
required), first level resolution of operational issues, bug fixation, updates and patches
etc. This training shall be conducted at State Data Centre Sector 17, Chandigarh.

4. Terms of Delivery: The landed prices quoted are inclusive of current Excise Duty, Freight,
Insurance, Sales Tax, etc.

5. All the equipment supplied at State Data Centre Chandigarh under this tender shall be
supplied along with all cables, connectors etc. required for their successful installation
and commissioning within the cost given against each item.

6. We agree to abide by our offer for a period of 180 days from the date fixed for opening
of the “commercial e-bids” and that we shall remain bound by a communication of
acceptance within that time.

7. We hereby certify that we have read and understood the terms and conditions
applicable to the bidder and we do hereby undertake to supply as per these terms and
conditions.

8. Validity of commercial bid: should be 180 days from the date of opening of commercial
offers.

9. A company and the person signing the bid/offer is the constituted attorney.

NOTE: Delete whatever is not applicable. All corrections/deletions should invariably be duly
attested by the person authorized to sign the bid/offer document.
39 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

We do hereby undertake that until a formal Contract is prepared and executed, this bid,
together with your written acceptance thereof and placement of letter of intent awarding the
Contract shall constitute a binding Contract between us.

Yours Sincerely,

Authorized Signatory (ies)[In full and initials]: ___________________________


Name and Title of Signatory (ies): _________________________________
Name of Bidding Company/Firm: ____________________________________
Address: ____________________________________ (Affix the Official Seal of the Bidding
Company)

40 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

Annexure 1: Bidding Document Acknowledgement Form


(To be enclosed with technical bid)
To,
Secretary and Treasurer
Society for IT initiative fund for e-Governance
SCO 109-110 1st Floor Sector 17 B
Chandigarh. 160017

Dear Sir,

Subject: Admn/300/2SIT/20-21/1

I/We hereby acknowledge we have downloaded a complete set of Bidding Document


enclosed to the "Invitation for Bid" pertaining to tender Notification dated
___________________ along with corrigendum, if any, for the selection of vendor for the
supply of mentioned items _____________________________________
I/We have noted that the closing date for receipt of this tender document by Society is
12.03.2021at 03:00:00 PM.

I/We guarantee that the contents of the above said Bidding Documents will be kept
confidential within our organization and text of the said documents shall remain the property
of Society /Haryana Govt. and that the said documents are to be used only for the purpose
intended by Society /Haryana Govt. Duly signed and stamped copy of tender document is
also enclosed.

Authorized Signatory (ies)[In full and initials]: ___________________________


Name and Title of Signatory (ies): _________________________________
Name of Bidding Company/Firm: ____________________________________
Address: ____________________________________ (Affix the Official Seal of the Bidding
Company)

41 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

Annexure 2: Format for not blacklisted


(To be enclosed with Technical bid on non-judicial stamp paper)
Date: _____________
AFFIDAVIT

From (Name of bidder)


_______________________
_______________________

Subject: Admn/300/2SIT/20-21/1

To,
Secretary and Treasurer
Society for IT initiative fund for e-Governance
SCO 109-110 1st Floor Sector 17 B
Chandigarh. 160017
I, _____________________________________son of Sh. _____________________________
resident of ______________________________________________________do hereby
solemnly affirm and declare as under:-

That we M/s ________________________________________________________ hereby


confirm that we M/s ___________________________________________________ has not
been blacklisted by any State Government/ Central Government/ Public Sector Undertakings
during the last three years and further confirm that our EMD/SD/Performance bank
guarantee has not been forfeited by any State Government / Central Government / Public
Sector Undertakings during the last three years due to our non-performance, non-compliance
with the tender conditions etc.

That we M/s________________________________________________________ hereby


declare that all the particulars furnished by us in this Tender are true to the best of my/our
knowledge and I/We understand and accept that if at any stage, the information furnished is
found to be incorrect or false, I/We am/ are liable for disqualification from this tender and
also are liable for any penal action that may arise due to the above.

That we M/s ___________________________________________________________ certify


that no refurbished components are used in the manufacturing and supply of Quoted Items
and its related accessories / tendered items.

That in case of violation of any of the conditions above, We M/s ______________________


understand that We M/s _____________________are liable to be blacklisted by Society /any
Department in Haryana Govt. for a period of three years from participating any tender
published by Haryana Government.

Place: Deponent

Date:

Verified that the contents of the above affidavit of mine are true and correct to the best of
my knowledge and nothing has been concealed therein.

42 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

Date: DEPONENT

43 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

Annexure 3: Statutory Undertaking


(To be enclosed with Technical bid)
Date: _____________

To,
Secretary and Treasurer
Society for IT initiative fund for e-Governance
SCO 109-110 1st Floor Sector 17 B
Chandigarh. 160017

Subject: Admn/300/2SIT/20-21/1

I/We (Name of the Bidder) having registered office at (Address of the registered office) and
local office at (Address of the local office), hereby declare and confirm that-

1) The contents of the Tender have been carefully gone through and we undertake to
fully comply with the terms and conditions specified in the tender document
including addendum, if any thereof.

2) I/We are not engaged into litigation as of date with any Government Department/
PSU/ Autonomous body on account of similar services for indulging in corrupt or
fraudulent practices. We also confirm that we are not determined non-performing
by any of the entities specified above.

3) Neither the Bidder nor any of its Directors are the subject of criminal or civil
proceedings that could be expected to adversely affect its business or its ability to
Bid in the present tender.

4) We understand that the technical Bid, if found incomplete in any respect and/or if
found with conditional compliance or not accompanied with the requisite Bid
Security/ Earnest Money Deposit, shall be summarily rejected.

5) We understand that if at any time, any averments made or information furnished as


part of this Bid is found incorrect, then its Bid and the contract if awarded on the
basis of such Bid shall be cancelled.

6) We offer to execute the work in accordance with the Terms of Reference and
Conditions of Contract of this Tender.

7) The information provided in the technical proposal (including the attachments) is


true, accurate and complete to the best of my knowledge & belief.

Authorized Signatory (ies)[In full and initials]: ___________________________


Name and Title of Signatory (ies): _________________________________
Name of Bidding Company/Firm: ____________________________________
Address: ____________________________________ (Affix the Official Seal of the Bidding
Company)

44 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

Annexure 4: Technical Compliance


(To be enclosed with Technical bid)
Dated: _____________

To,
Secretary and Treasurer
Society for IT initiative fund for e-Governance
SCO 109-110 1st Floor Sector 17 B
Chandigarh. 160017

Subject: Admn/300/2SIT/20-21/1

I/We M/S-------------------------------------------- having registered office at (Address of the registered


office) and local office at (Address of the local office), hereby declare and confirm that the
specifications of the items offered match/exceed the ones quantified as minimum requirements in
the Tender document.
I/ We, M/S-------------------------------------------- further undertake that following software to be
supplied by us hereunder shall be brand new, free from all encumbrances, defects and faults in
material, workmanship and manufacture shall be of the highest grade and quality and consistent
with the established and generally accepted standards for materials of the type ordered shall be in
full conformity with the specifications, drawings or samples, if any, and shall operate properly:-

# Item Description Requirement Offered Compliance


Quantity of Technical
specifications
(Yes/No)
1 Compute & Network
1.1 Blade Server 24
Dual Socket
Latest Generation servers
with768 GB RAM &base
frequency 2.3 Ghz or above with
minimum of 24 Core Per Socket,
Per processors with minimum
33MB L3 Cache.
1.2 Blade Chassis 2/3
Blade Chassis requirement to
populate 24 Blade Server
mentioned in line item 1
1.3 SAN SWITCHES 2
48 ports of 16/32 Gbps each (32
ports in both populated with
required licenses from day 1)

1.4 Network Switches 2


(L2)

45 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

48 *10/25 G SFP ports of non-


blocking interfaces populated
with 10 G SR trans receiver.
Minimum 6*40G/100G QSFP
uplink ports, All ports should be
fully populated with 40 G SR
Trans receiver from day one.
1.5 Network Switches 7
(L3) 48 *10/25 G SFP ports of non-
blocking interfaces populated
with 10 G SR trans receiver.
Minimum 6*40G/100G QSFP
uplink ports, All ports should be
fully populated with 40 G SR
Trans receiver from day one.

2 Storage& Backup
2.1 SAN Storage 1
200TB Usable Space hybrid Space
comprises of usable100 TB SAS
disk and usable 100 TB SSD and
minimum 4 controllers and 512
GB global cache across 4
controllers and facility to create
volumes on disks of choice i.e.
SSD or SAS
2.2 Purpose built 1
Backup appliance Purpose built backup appliance
based backup based backup solution with
solution 100TB front end capacity with
retention policy (As mentioned in
this tender Annexure 14).
3 Cyber security Infrastructure
3.1 WAF 2
High Availability
3.2 HIPS Client with One 500
Management Server
Licenses
4 Software Licenses
4.1 Microsoft Windows For 432 Core in 9 Blade Servers
Server Data Centre each with dual socket
Edition Latest
Edition
4.2 Red Hat Linux For 30 Socket/15 Blade Server
Operating System each with dual socket
License for Virtual
Data Centre Latest
Edition

46 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

4.3 Server Virtualization For 48 Socket/24 Blade Server


Software latest each with dual socket
edition
4.4 SQL Server License 12
Enterprise Latest (For 24 Core each License of 2
Edition core)
4.5 SQL Server License 12
Standard (For 24 Core each License of 2
Edition Latest core)
Edition

Training:-We M/s ________________________________undertake to provide minimum two


weeks hands on training to the technical resources/professionals of Society deployed at State Data
Centre Sector 17, Chandigarh. During this training period, we M/s
____________________________ shall impart training on installation, configuration, policy
implementation (wherever required), first level resolution of operational issues, bug fixation,
updates and patches etc. This training shall be conducted at State Data Centre Sector 17,
Chandigarh.
Compliance to the minimum technical specifications:-We M/s
________________________________undertake on the letter head of the respective OEMs to
comply with the minimum technical specifications of each of the Equipment or appliances &
software as given in Annexure 14 of this tender document.

We M/s _________________________ further undertake that all the equipment supplied under
this tender at State Data Centre Chandigarh shall be supplied along with all cables, connectors etc.
required for their successful installation and commissioning within the cost given against each
item.

Authorized Signatory (ies)

[In full and initials]: ___________________________


Name and Title of Signatory (ies): _________________________________
Name of Bidding Company/Firm: ____________________________________
Address: ____________________________________ (Affix the Official Seal of the Bidding
Company)

47 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

Annexure 5: Certificate of Dealership/Authorization Letter/Warranty


(To be provided by OEMs of devices as mentioned in this tender document on their
Letterhead)

Date: _____________

To,
Secretary and Treasurer
Society for IT initiative fund for e-Governance
SCO 109-110 1st Floor Sector 17 B
Chandigarh. 160017

Subject: Admn/300/2SIT/20-21/1

Sir,
This is to certify that I/We am/are the Original Equipment Manufacturer in respect of the
products listed below. I/We confirm that
 <Name of Bidder> have due authorization from us to provide product(s) listed
below and related services of warranty, licensing and maintenance

 We endorse the warranty, contracting and licensing terms provided by <Bidder> as


per the requirement of this tender.

 We further undertake that we as an OEM of the below mentioned equipment will


discharge all responsibilities under warranty for the period indicated in the
contract, in case the Bidder fails to do the same for any reason

 We also certify that the below mentioned product being supplied by the <Bidder>
meets the minimum specifications given in THIS TENDER DOCUMENT.

The authorization will remain valid till <Date of renewal of dealership>

Sr. No. Product Name

1 <Fill Model number and Product name>

2 …

Thanking You,
Yours faithfully,

Authorized Signatory (ies)[In full and initials]: ___________________________


Name and Title of Signatory (ies): _________________________________
Name of Bidding Company/Firm: ____________________________________
Address: ____________________________________ (Affix the Official Seal of the Bidding
Company)

48 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

Annexure 6: Undertaking for honoring warranty


(To be enclosed with Technical bid and to be submitted by the bidder on its letter head)
Date:-
To,
Secretary and Treasurer
Society for IT initiative fund for e-Governance
SCO 109-110 1st Floor Sector 17 B
Chandigarh. 160017

Tender Ref. Number: Admn/300/2SIT/20-21/1

Sub: Undertaking for honoring warranty for the period indicated in the contract

This bears reference to our quotation Ref. ______________ Dated __________

We warrant that,

1) All security appliances & software supplied by us shall be brand new (purchased
within 2 months of the data of supply), free from all defects and faults in material,
workmanship and manufacture. They shall be of the highest grade and quality and
shall be consistent with the established industry standards.

2) All security appliances & software to be supplied under this tender have been
provisioned with OEM comprehensive onsite warranty for three years from the date
of acceptance of the equipment & Software supplied under this tender within the
price quoted by us in the Commercial Bid.

3) OEM support if required to be extended by the Society after the expiry of initial
three years of OEM support, this OEM support shall be provided by us on the rates
given in the commercial bid.

4) We shall provide the documentary proof for warranty and proof of purchase at the
time of supply.

a. None of the components and sub-components are declared “End-of-sale” by the


respective OEM in next one (1) years as on date of submission of Bid. Authorization for
bidder confirming that the products quoted will not be “end of sale in next one year from
the date of submission of the bid”.

5) Undertake that the support including spares, patches for the quoted products shall
be available and product will not be End of Life for next 5 years from Go-Live
acceptance.

6) If the licenses supplied by us is not-supported by the OEM during the period of


contract for any reason, we will replace the license with a suitable higher alternate
for which support is provided by the OEM at no additional cost to Society/Indenting

49 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

department and without impacting the performance or timelines of this


engagement

7) Response to any malfunctioned equipment reported by Society/its system


integrator/ Managed Service Provider / any Authorized representative of
Society/HARTRON/SDC Team, the successful bidder shall respond within 2 hours of
logging of complaint and provide resolution/replacement within 6 hours 24*7*365
basis (All Days).

Authorized Signatory (ies)[In full and initials]: ___________________________


Name and Title of Signatory (ies): _________________________________
Name of Bidding Company/Firm: ____________________________________
Address: ____________________________________ (Affix the Official Seal of the Bidding
Company)

50 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

Annexure 7: Checklist to be enclosed with Technical bid


Date:-
To,
Secretary and Treasurer
Society for IT initiative fund for e-Governance
SCO 109-110 1st Floor Sector 17 B
Chandigarh. 160017

Subject: Admn/300/2SIT/20-21/1

We M/s ____________________ has enclosed documentary evidence for fulfilling the


Eligibility in the Technical Bid and other requirement laid in the tender document.
S# Requirement Clause Documents Required Document Bid. Pg.
Head Attached no.
(Yes/No)
1. Legal status The bidding entity must be: Copy of Certificate of
(i) company registered in India Incorporation / registration
under the Indian Companies self-certified by the
Act, 1956/2013 Authorized Signatory of the
bidding entity.
(ii) Firm registered under
Partnership Act 1932 (with
GST & Service Tax
registration)

(iii) LLP registered under LLP


Act 2008

The bidding entity should be in


existence in India for at least the
last 3 years FY (2016-17,2017-
18,2018-19).
2. Processing Fee The Payment for Tender Scanned copy of demand
Document Fee INR 10,000/- draft / Bank Cheque to be
(Rupees Ten Thousand only) uploaded online with
and eService Fee Rs.1180/- Technical e-bid
(Rupees one thousand one
hundred eighty only including
GST (Nonrefundable)) can be Original Demand Draft / Bank
made by eligible bidders / Cheque as uploaded online in
contractors through Demand favour of SOCIETY FOR IT
Draft / Bank Cheque in favour of INITIATIVE FUND FOR E -
SOCIETY FOR IT INITIATIVE GOVERNANCE payable at
FUND FOR E -GOVERNANCE Chandigarh to be enclosed
payable at Chandigarh with hard copy of technical
bid to be

51 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

S# Requirement Clause Documents Required Document Bid. Pg.


Head Attached no.
(Yes/No)

(scanned copy of Demand Draft


/ Bank Cheque / Pay Order is to Submitted
be uploaded with PQ cum
Technical e-bid)

3. EMD The Payment for EMD of Rs. Scanned copy of demand draft
2,00,000/- (Rupees Two Lacs / Bank Cheque to be uploaded
only) can be made by eligible online with Technical e-bid
bidders through Demand Draft /
Bank Cheque in favour of
SOCIETY FOR IT INITIATIVE FUND Original Demand Draft / Bank
FOR E –GOVERNANCE payable Cheque as uploaded online in
at Chandigarh (scanned copy of favour of SOCIETY FOR IT
Demand Draft / Bank Cheque/ INITIATIVE FUND FOR E –
Pay Order is to be uploaded with GOVERNANCE payable at
PQ cum Technical e-bid). Chandigarh to be enclosed
with hard copy of technical bid
to be submitted
4. Authorized The Signatory signing the Bid on A Certificate from the
signatory behalf of the Bidder should be Company Secretary/Director
duly authorized by the Board of of the Bidding entity certifying
Directors of the Bidding that the Bid signatory is
Company to sign the Bid on their authorized by the entities to
behalf. do so along with
authorization letter from
competent authority/board
resolution, resolution number
and date.
5. Status of The bidder should be an OEM of Certificate/license of
Bidder offered items. Manufacturing in case bidder
is an OEM.

However, in case, OEM is not Certificate of dealership /


participating in the tenders authorization letter as per the
directly then the OEM can Annexure-5 from OEM in case
authorize any Indian National bidder is any Indian National
distributor distributor / firm / dealer/SI
/firm/distributor/dealer etc. etc. in addition to
manufacturing

52 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

S# Requirement Clause Documents Required Document Bid. Pg.


Head Attached no.
(Yes/No)
Certificate/license of OEM.

Bidder can also be a startup as In case of startups, the prior


defined by Govt. of Haryana, turnover and prior experience
Industries & Commerce shall be applicable as defined
Department vide policy circular by Govt. of Haryana,
no. 2/2/2016-4IB-II dated Industries & Commerce
03.01.2019. The said policy Department vide policy
circular is available on the circular no. 2/2/2016-4IB-II
website of DGS&D, Haryana i.e. dated 03.1.2019. The clause
http://dsndharyana.gov.in/en- of OEM/authorized
us/Purchase/Rules-instruction- distributor/Dealer/ agent
and-procedure/Instructions shall not apply for startups as
startups have to bid directly.
6. Business/Man The bidder/OEM should be in Copies of work orders and
ufacturing the business/manufacturing of contracts specifying the
Status offered products during last 3 same.
years FY (2017-18,2018-
19,2019-20).
7. Project The OEM should have executed Copies of work orders and
Experience of orders of 200% of estimated contracts along with
OEM tender value or supplied at least completions report specifying
200% of tender quantity in last 3 the same.
financial years FY (2017-
18,2018-19,2019-20).
The orders should be executed
on behalf of State/Central
Govt./ PSU/Banking ,Financial
Services and Insurance (BFSI)
Sector/telecom sector
/Registered Companies/
Government Educational
Institutions in India.
8. Project The bidder should have A certified letter from the
Experience of executed orders of 20% of concerned Client confirming
Bidder estimated tender value or the total amount, date of
supplied at least 20% of tender engagement and successful
quantity in last 3 financial years completion of order.
FY (2017-18,2018-19,2019-
20).of supply, installation and
commissioning of similar
products as listed in the bill of

53 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

S# Requirement Clause Documents Required Document Bid. Pg.


Head Attached no.
(Yes/No)
Material i.e. Networking,
Servers (blade chassis/blade
servers/rack servers), storage/
back up appliance, HIPS& WAF
for Haryana State Data Centre
etc. The orders should be
executed on behalf of State /
Central Govt. / PSU/Banking,
Financial Services and Insurance
(BFSI) Sector / Telecom Sector /
Registered Companies /
Government Educational
Institutions in India.
9. Turn Over The bidder average turnover Audited Balance sheet and
during last 3 years should be at Profit & Loss account
least 5Cr (FY 2017-18, 2018-19 statement of the Bidder for
and 2019-20). each of the last 3 audited
financial years (FY 2017-18,
2018-19 and 2019-20).
The bidder should have positive
net worth (measured as paid-up Certificate duly signed by
capital plus free reserves) for Statutory Auditor/CA of the
two years in last three audited Bidder confirming the positive
financial years(FY 2016-17, net-worth in each of three
financial years (FY 2017-18,
2017-18 and 2018-19).
2018-19 and 2019-20).
10. ISO ISO 9001:2008, or higher Copies of valid ISO certificate
Certifications Certificate issued in the name of on the date of submission of
OEM for Manufacturing bid issued by the Govt.
Process. Certifying authority.
11. Service Center There should be at least one Copies of rent agreement, if
OEM owned or OEM authorized not, an undertaking toopen
service centers in tricity the same within one month
(Chandigarh, Mohali and (30 days) from the date of
Panchkula) / NCR issue of purchase order.
12. Tax registration The Bidder should have all Copies of valid GST number &
necessary licenses, permissions, PAN No.
consents, NOCs, approvals as
required under law for carrying
out its business. The Bidder
should have currently valid Sales
tax/Service Tax Registration
Certificate and PAN No. as on

the last date of tender

54 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

S# Requirement Clause Documents Required Document Bid. Pg.


Head Attached no.
(Yes/No)
submission
13. Compliance of The offered items as proposed A self-certified document
Minimum should meet the minimum indicating compliance to
Specifications specifications of indicated in the minimum specifications as
TENDER. per the Annexure-4.
14. Undertaking of No Dispute with Bidder or their An undertaking to this effect
no dispute OEM as on date of submission of on its letter head duly signed
bids related to supply of any item by authorized signatory of the
placed by HARTRON / Society. bidding entity
Bid of such OEM and their
product/bidder will not be
considered.
15. Undertaking Neither Bidder nor OEM should An affidavit on non-judicial
for no have been blacklisted by any stamp paper as per the
Blacklisting Government or quasi- Annexure-2 to be submitted
Government entity in India by bidder.
(Centre / State / Local Bodies,
UIDAI, NIC, STQC etc.) for An undertaking as per the
breach of any applicable law Annexure-2 to be submitted
or violation of regulatory by OEM on its letter head
prescriptions or breach of
agreement as on date of
submission of Bid.
16. The Bidder should submit valid Documentary evidences such
letter from all the OEMs of as Authorization letters MAF
products offered confirming the (Manufacturer’s
following: Authorization Form) from all
b. Authorization for bidder OEMs whose products are
confirming that the being quoted by the Bidder
products quoted will not be need to be attached in the
proposal as per format
“end of sale in next one year
provided in THIS TENDER
from the date of submission DOCUMENT.
of the bid”.
OEM
Undertaking
c. Undertake that the support
including spares, patches for
the quoted products shall be
available and product will
not be End Of Life for next 5
years from

55 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

S# Requirement Clause Documents Required Document Bid. Pg.


Head Attached no.
(Yes/No)
Go-Live acceptance.

17. Technical Compliance from OEM & bidder The bidder must submit an
Compliance for detailed technical item wise compliance for the
specifications of all the Products technical specifications duly
offered in this bid as per Bill of vetted by the respective
material (BOM) OEMs specific to this tender.
The Model and Make/Version
of the offered products
should be clearly specified in
the compliance document
(Bill of material (BOM))
18. a. Each OEM must have direct a. An undertaking from each
or registered service partner OEM for the requisite
presence in India with at number of technical
least ten (10) no’s of manpower for direct
technical manpower direct support in India
support in India for the
offered technology solution.

b. In the last three financial


b. Work order / Contact
years (FY 2016-17 to FY
OEM Presence agreement etc.
2018-19), each OEM must
have supplied similar kind of
enterprise level products in
at least two different work
orders

c. OEM of offered products c. Documentary evidence


must have their own for TAC support in India to
Technical Assistance Centre be provided.
(TAC) support in India.

19. Technical e-bid Format-1

20. Commercial e- Format 2.


Bid

21. Bid Annexure-1


Acknowledge
56 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

S# Requirement Clause Documents Required Document Bid. Pg.


Head Attached no.
(Yes/No)
22. Format for not Annexure-2
blacklisted
23. Statutory Annexure 3
undertaking
24. Technical Annexure 4
Compliance
25. MAF Annexure 5

26. Undertaking for Annexure 6


honoring
warranty
27. Checklist Annexure 7

28. After sales Annexure 8


services
29. Undertaking of Annexure 9 (to be enclosed
rates with commercial bid)
30. Format for Annexure 10
Relaxations to
Micro Small
Enterprise
registered in
Haryana
31. Format for Annexure 11
Relaxations to
Medium
Enterprise
registered in
Haryana
32. Authenticity of Annexure 12
submitted
documents/inf
ormation
33. Affidavit from Annexure-13
Bidder
34. Technical Annexure 14
Compliance
35. Technical Annexure 15
Compliance

Authorized Signatory (ies)[In full and initials]: ___________________________


Name and Title of Signatory (ies): _________________________________

Name of Bidding Company/Firm: ____________________________________


57 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

Address: ____________________________________ (Affix the Official Seal of the Bidding


Company)

58 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

Annexure 8: AFTER SALES SERVICE CERTIFICATE


(To be enclosed with Technical bid)
Dated:-
To,
Secretary and Treasurer
Society for IT initiative fund for e-Governance
SCO 109-110 1st Floor Sector 17 B
Chandigarh. 160017

Subject: Admn/300/2SIT/20-21/1

Whereas, we M/s (Bidder Name) are established & reputable OEMs for sales & services of
(Make of items) of [items name] having service offices at Tricity/Haryana/NCR.
Details are as under:
S# Address of Service Centre Phone No Number of Engineers
1.
2.
3.
4.
5.
6.

We do hereby confirm that:

Services including repair/replacement of defective parts will be done by us and fully backed
by (name of the OEM). Replacement of defective Systems/parts will be done by equivalent or
better systems/parts of the same make. We will attend all the complaints/service calls within
2 hours of logging of complaint and provide resolution/replacement within 6 hours 24*7*365
basis (All Days. Down time will not exceed beyond 24 hours. In case, down time exceed 24
hours then we will extend the warranty period of that item(s) double of the down time.

Authorized Signatory (ies)[In full and initials]: ___________________________


Name and Title of Signatory (ies): _________________________________
Name of Bidding Company/Firm: ____________________________________
Address: ____________________________________ (Affix the Official Seal of the Bidding
Company

59 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

Annexure 9: UNDERTAKING OF RATES


(To be enclosed with the commercial bid)
Dated:-
To,
Secretary and Treasurer
Society for IT initiative fund for e-Governance
SCO 109-110 1st Floor Sector 17 B
Chandigarh. 160017

Subject: Admn/300/2SIT/20-21/1

We M/s ______________________________ do hereby confirm that:

The rates quoted against this offer are lowest possible and as on date we have not quoted less
rates to any other customer than the rates quoted herein. In case, we quote less rates than
this offer to any other customer within 1 month of the due date of this offer, then double of
the difference in amount will be refunded to Society. We also confirm that in case our
Company/principal officially reduce the price before the delivery or within 15 days from the
date of delivery, then the benefit for the same will be passed to Society.

We M/s _____________________________ further undertake that any price benefit on


account of providing higher version of “Offered items” than the required/specified in this offer
shall not be claimed by us either from Societyor from indenting Department.

Authorized Signatory (ies)[In full and initials]: ___________________________


Name and Title of Signatory (ies): _________________________________
Name of Bidding Company/Firm: ____________________________________
Address: ____________________________________ (Affix the Official Seal of the Bidding
Company

60 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

Annexure 10: Format for Relaxations to Haryana based manufacturing Micro & Small
Enterprises (MSEs)

Format of Affidavit
(Seeking benefits/concessions Past Performance/Experience & Purchase Preference by
Haryana based manufacturing Micro & Small Enterprises (MSEs) in the State Public
Procurement)
(On non Judicial paper of Rs. 10/-)

Subject: Admn/300/2SIT/20-21/1

I_________________________S/o____________________aged____________residing at
___________________________________________Proprietor / Partner / Director of
M/s__________________________ do hereby solemnly affirm and declare that:-

1. My/our above noted enterprise M/s (name and Address)_____ has been issued
Manufacturing Entrepreneurs Memorandum in Haryana by the District Industries
Centre________________ under acknowledgement No.____________ of dated
__________(Self Certified Copy of the same be attached as Annexure ‘A’ with this
Affidavit) and has been issued for manufacture of the following items in category Micro
& small Enterprises (please tick the either) as under:-
i. _______________________
ii. _______________________
iii. _______________________

2. That the quoted items(s) in the tender____________is one (or more) of the item for which
my/our above noted enterprise has been issued manufacturing Entrepreneurs
Memorandum by the Industry Department Haryana as per details at the para 1 above.
3. That my/our above mentioned manufacturing Micro/Small Enterprises fulfils either or
both of the below mentioned eligibility criteria:
i. That my/our above mentioned enterprise has been issued quality certification of ISI
mark/ISO/Ag. Mark /any other quality mark_________________________(Please tick
either of the option) by_________________________________(name of GOI/State
Govt. Agency/institution authorized by GOI/State Govt.) on _________and the same
is valid from___________ to ___________ in respect of item/good (give name of
item/good)________________mentioned in the tender (self certified copy of the
relevant certificate is attached as Annexure-‘A’ with this affidavit)
OR/AND
ii. That my/our above mentioned enterprises has been registered with DGS&D,
GOI/NSIC/Govt. Of India Departments/ State Govt. Department/Govt. Of India Public
Sector Undertakings (PSUs) or State Govt. Public Sector Undertakings (PSUs) (Please
tick one of the option as above) in respect of name of
item/goods/works/services____________________________(Name) as mentioned

61 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

in the tender for the corresponding period of time of this tender. A self certified copy
of the same attached as Annexure ‘B’ with the affidavit.
4. That in case the purchase order of the quoted item is issued to me/us, it will not be
outsourced or subcontracted to any other firm and the entire manufacturing of the order
item shall be done in-house by our Enterprise base in Haryana (address mentioned as at
Sr. No.1). Further, the billing will be done from Haryana.

Dated: DEPONENT

VERIFICATION:
Verified that the contents of para no. 1 to 4 of the above are true and correct to my knowledge
as per the official record and nothing has been concealed there in.

Dated:

62 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

Annexure 11: Format for Relaxations to Haryana based manufacturing Medium Enterprise

Format of Affidavit
(for seeking the benefits/concessions by Haryana based manufacturing Medium
enterprises in past Performance/Experience & Purchase Preference in the State Public
Procurement)
(On non Judicial paper of Rs. 10/-)

Subject: Admn/300/2SIT/20-21/1

I_________________________S/o ____________________aged____________ residing at


__________________________________________________Proprietor/Partner/Director of
M/s__________________________ do hereby solemnly affirm and declare that:-

1. My/our above noted enterprise M/s (name and complete address)_____ has been issued
Manufacturing Entrepreneurs Memorandum in Haryana by the District Industries
Centre________________ under acknowledgement No.____________ of dated
__________(Self Certified Copy of the same be attached as Annexure ‘A’ with this
Affidavit)and has been issued for manufacture of the following items in category Medium
Enterprise as under:-
i. _______________________
ii. _______________________
iii. _______________________
iv. _______________________
2. That my/our above mentioned manufacturing Medium Enterprises meet all the remaining
terms & conditions of the tender except Past Performance/Past Experience.
3. That my first purchase order under this benefit/concession was issued by State
Government Department/ State Government Agency (name of
Dept./Agency)_______________vide P.O No. _____________________of dated
___________for the supply of ___________________(name of the
item/good/work/services) was successfully complied by above mentioned Enterprises. A
self certified copy of the same is attached as Annexure ‘B’ with this affidavit.
4. That in case the Purchase Order of the quoted item is issued to me/us, it will not be
outsourced or subcontracted to any other firm and the entire manufacturing of the order
item shall be done in-house by our enterprise base in Haryana based in Haryana, (address
mentioned as at Sr. No.1).
5. That we agree to the condition that this benefit/concession to the Medium Enterprises is
valid for one year from the date of getting the first supply order under State public
Procurement .
6. That the billing will be done from Haryana

Dated: DEPONENT

VERIFICATION:
63 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

Verified that the contents of para no. 1 to 6 of the above are true and correct to my
knowledge as per the official record and nothing has been concealed there in.

Dated : DEPONENT

64 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

Annexure 12: Authenticity of submitted documents/information

(To be submitted by bidder on non-judicial stamp paper of Rs. 100/- (Rupees Hundred only
to be duly attested by Notary Public)

Subject: Admn/300/2SIT/20-21/1

Affidavit of Mr. ............................................. S/o ............................................. R/o


.................................................. I, the deponent above named do hereby solemnly affirm and
declare as under:

1. That I am the Proprietor/Authorized signatory of M/s ………………………………………….

Having its Head Office/Regd. Office at ………………………………………………………………...

2. That the information/documents/Experience certificates submitted by


M/s…………………………. along with the tender for …………………… (Name of work)………… to
the Society are genuine and true and nothing has been concealed.

3. I shall have no objection in case the Society verifies them from issuing authority (ies). I shall
also have no objection in providing the original copy of the document(s), in case the Society
demand so for verification.

4. I hereby confirm that in case, any document, information & / or certificate submitted by me
found to be incorrect / false / fabricated, the Society at its discretion may disqualify / reject
/ terminate the bid/contract and also forfeit the EMD / All dues.

5. I shall have no objection in case TIA verifies any or all Bank Guarantee(s) under

any of the clause(s) of Contract including those issued towards EMD and Performance
Guarantee from the Zonal Branch /office issuing Bank and I/We shall have no right or claim
on my submitted EMD before the Society receives said verification.

6. That the Bank Guarantee issued against the EMD issued by (name and address of

the Bank) is genuine and if found at any stage to be incorrect / false / fabricated, the Society
shall reject my bid, cancel pre-qualification and debar me from participating in any future
tender for three years.

I,....................................., the Proprietor / Authorized signatory of M/s....................................... do


hereby confirm that the contents of the above.

Affidavit is true to my knowledge and nothing has been concealed there from.................... and that
no part of it is false.

Verified at ................this.................day of .....................

DEPONENT

ATTESTED BY (NOTARY PUBLIC)


65 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

66 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

Annexure 13 : Affidavit

(On non-judicial stamp paper of Rs. 10/-)


Subject: Admn/300/2SIT/20-21/1

I, ____________________________________________________________ S/o
_________________________________________________________________ r/o
_____________________________________________ on behalf of the entity
_______________________________ do hereby solemnly affirm and declare as under: -

1. That I hereby confirm that my/our firm/company M/s………………………… have not been
convicted of any non-bail able offence, by any of the courts.

2. That I hereby confirm that my/our firm/company M/s………………………… have not been
convicted, or reasonably suspected of committing or conniving at the commission of any
offence under any of the laws applicable in the country.

3. That I hereby confirm and declare that none of my/ our group/ sister concern/ associate
company is participating/ submitting this tender.

4. That I hereby confirm and declare that my/our firm/company M/s………………………… has not
been black listed/ de-listed or put on holiday by any Institutional agencies/ Govt. Dept./ Public
Sector Undertaking, in the last TWO years.

5. That I hereby confirm and declare that my/our firm/company M/s………………………… has paid
all rents, royalties and all public demands such as income-tax, sales tax, GST and all other taxes
and revenues payable to the Government of India or to the Government of any State or to any
local authority and that at present there are no default in arrears of such rents, royalties, taxes
and revenues due and outstanding and that no attachments or warrants have been served on
us in respect of sales-tax, income-tax, GST, Govt. Revenues and other taxes.

6. That in the past five years prior to the date of this application, I or any principal of the entity
has not been deemed to be in default on any contract, or have not been forcefully terminated
from any contract of any Organization.

7. That I hereby confirm and declare that my/our firm/company M/s………………………… has not
been blacklisted/debarred by any central/state Government department/organization.

8. That I hereby confirm and declare that my/our firm/company M/s………………………… that there
has been no litigation with any Government department/organization on account of similar
services.
67 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

9. That I hereby confirm and declare that my/our firm/company M/s…………………………has not
undergone any legal proceedings of whatever kind in the past three years.

10. I hereby confirm that in case, any document, information & / or certificate submitted by me
found to be incorrect / false / fabricated, the Society at its discretion may disqualify / reject /
terminate the bid/contract and also forfeit the EMD / All dues. May take any appropriate legal
action against me.

Place: Deponent
Dated:

Verification: Verified that the above statement of mine is true and correct to the best of my
knowledge and belief and nothing has been concealed therein.

Deponent
Note:
* In case of Registered Companies, the affidavit shall be on behalf of authorized person &
with the name of the company.

68 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

Annexure 14:Compliance to Minimum Technical Specifications by respective OEMs on its


letter-head for item to be supplied at State Data Centre

(To be enclosed with technical bid)


Dated: _____________

To,
Secretary and Treasurer
Society for IT initiative fund for e-Governance
SCO 109-110 1st Floor Sector 17 B
Chandigarh. 160017

Subject: Admn/300/2SIT/20-21/1

I/We M/S-------------------------------------------- the original equipment manufacturer (OEM) for


______________________items being supplied, installed & commissioned through M/s
_____________________________ under this tender, hereby declare and confirm that the
specifications of the items offered match/exceed the ones quantified as minimum requirements in
the Tender document.
I/ We, M/S-------------------------------------------- further undertake that following security
appliances & software to be supplied, installed & commissioned by us hereunder shall be
brand new, free from all encumbrances, defects and faults in material, workmanship and
manufacture shall be of the highest grade and quality and consistent with the established and
generally accepted standards for materials of the type ordered shall be in full conformity with
the specifications, drawings or samples, if any, and shall operate properly:-

1. Compute & Network

1.1. Blade Server

# Requirement Minimum Specification Remarks


Dual Socket
Latest Generation x86-64 Bit with
BS-REQ- Minimum processor base frequency
Processor
001 2.3Ghz or above with minimum of 24
Core Per Socket, Per processors with
minimum 33MB L3 Cache.
Minimum 768 GB DDR4 RAM of highest
frequency as applicable in the quoted
model to be offered per processor to
BS-REQ-
Memory ensure balanced performance. Memory
002
should support ECC upgradable up to 1
TB. Additional DIMM slots must be
available to increase of available RAM
Server should have Minimum (2 * 10
Gbps Ethernet Ports and 2 * 32 Gbps FC
BS-REQ-
PCI-Express Slots HBA Ports) or 2 * 40/50 Gbps converged
003
ports or Equivalent total Bandwidth on
Converge Ports or with Ethernet and

69 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

FC/FCOE ports. Server Should Have


minimum 2 PCI Express Slots. The
Converged Network Adapters should
aggregate both the Ethernet and FC
connectivity on a single fabric.
Internal RAID Controller with Raid 0 and 1
BS-REQ-
Internal RAID support, with controller supporting RAID
004
controller speed 12 Gbps/port
BS-REQ- Minimum 2 * 960GB SSD or Higher Hot
Internal HDD
005 Plug HDD Populated from day 1
BS-REQ- 5 years On-site comprehensive warranty
Warranty
006 with 24x7x365 and remote support
OS &
BS-REQ- Virtualization MS Windows, Linux, VMWare VSphere &
007 Infrastructure Microsoft HyperV etc.
Support
BS-REQ- Half Form Factor or Single Wide
Form factor
008
Remoter power On/ Shutdown of server,
Remote Management of Server over LAN
& WAN with SSL encryption through
BS-REQ-
Management gigabit management port, Should have
009
virtual Media support with all required
licenses, Remote KVM, Server Health
Logging, Out of Band Management
Secure Boot(Firmware and Bios Level
Security),Hardware root of trust/Dual
BS-REQ-
Management Root of Trust, Server should provide
010
policy based security, Server should
provide server intrusion detection
Provision for Cryptographic firmware
updates, Capability to stop execution of
Application/Hypervisor/Operating System
on predefined security breach, Secure
/Automatic BIOS recovery secure
firmware boot, In case of any security
breach system should provide the lock
BS-REQ-
Management down feature and also able to revert to
011
last Verified uncompromised server
essential firmware, Cloud enabled
monitoring and analytics engine for
proactive management, Proactive
recommendations to eliminate
performance bottlenecks and critical
events, based on Analytics engine
BS-REQ- Blades should be
Compliances
012 1. RoHS Compliant,

70 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

2. BIS Registration under


Compulsory Registration Scheme of
Meity
3. OS Certifications, Compliance ;

support by Windows, Red Hat, Ubantu


or Novell latest or N-1

71 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

1.2. Blade Chassis


# Requirement Minimum Specification Remarks
BC-REQ- Should have Hot Pluggable & Redundant
Blade Chassis
001 Management Modules Or solution
Should provide a highly reliable and high
BC-REQ-
Blade Chassis performance design in the blade
002
enclosure with no single point of failure.
BC-REQ- Should provide detailed technical
Blade Chassis
003 information.
Should be able to accommodate the
BC-REQ-
Blade Chassis blade servers mentioned in the sections
004
below in the proposed blade enclosures.
Power supplies in the chassis should be in
redundant configuration (N + N).
Chassis connectivity to the TOR switch, if
required in solution, must be able to
provide a minimum of 10Gbps for LAN
and 32Gbps for FC or aggregated
FCOE/Converged bandwidth per blade
BC-REQ-
Blade Chassis server and aggregated 40 Gbps sustained
005
per blade server (with 1 connectivity
module failure). Each chassis should have
dedicated internal / External pair of
switches in Non blocking configuration
for connectivity to the RFP asked
Network switches & SAN Switches in
Redundant mode.
BC-REQ- Support simultaneous remote access for
Blade Chassis
006 different servers in the enclosure.
Each chassis should be provided with
dedicated interconnect/ switches.
BC-REQ- LAN
Interconnect / switches must be in 1:1
007 Interconnect
Non- Blocking architecture and should
not be shared across the multiple chassis.
In case solution require external
switches/ ToR for blade chassis
operations, one pair of TOR per chassis
BC-REQ- Fibre Channel
need to be provided in addition to asked
008 Interconnects
network switches ensuring requirement
of bandwidth as mentioned in BC-REQ-
005 is met in non-blocking architecture.
Blade solution should preferably support
management & deployment of MAC
Addresses of NIC Adapters and WWN No
BC-REQ-
Management of adapters so that replacement of a
009
server blade does not involve Network &
SAN configuration effort at the blade
level

72 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

The enclosure should be populated fully


with adequate power supplies & energy
efficiency available with the vendor.
Power supplies should support N+N as
BC-REQ- well as N+1 redundancy configuration,
Power Supply
010 where N is greater than 1. Guaranteeing
complete availability even on failure of
any 2 power supplies across the
enclosure.

Each blade enclosure should have a


cooling subsystem consisting of
BC-REQ-
Cooling redundant hot pluggable fans or blowers
011
enabled with technologies for improved
power consumption and acoustics
All interconnect switches/TOR switches,
BC-REQ- as required in solution and power
Redundancy
012 supplies within the chassis should be in
redundant configuration
BC-REQ- Management /controlling software have
System Software
013 to be from the same OEM
Must be able to show the actual power
BC-REQ- Power
usage and actual thermal measurement
014 Management
data of the servers.
Management of both rack & blade form
factor servers should be from the same
BC-REQ- Sever
console. Proposed management console
015 Management
should be able to manage minimum 100
server from the same console
The management software should be
used to create resource pools based on a
BC-REQ- Sever
hierarchal structure and have the blade
016 Management
resources assigned to the respective
resource pools
Should Support multiple level of
BC-REQ- Sever
authentication methods such as
017 Management
RADIUS/TACACs or LDAP.
Blade server should support I/O adapter
BC-REQ-
Blade Server which should support virtualization per
018
adapter
Warranty & 5 years i.e. 24x7x365x5 days including
BC.REQ.019
Support holidays

73 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

1.3. SAN Switch


# Requirement Minimum Specification Remarks
The SAN switch shall support non-
blocking architecture with minimum
48*16/32G FC active ports with full
duplex in single domain with no
SANSW-REQ-001 Architecture
oversubscription and 32 ports on
the supplied FC SAN switch must be
licensed and should be fully
populated from day one.
The switch shall be rack mountable
SANSW-REQ-002 Rack Mount and be supplied with proper rack
mount kit to mount.
SAN Switch shall be deployed in high
SANSW-REQ-003 High Availability
availability (1+1) configuration
Support for web-based management
SANSW-REQ-004 Management
and shall also support CLI.
The switch shall be able to support
frame based ISL trunking with
consecutive ports (using 8/16
SANSW-REQ-005 ISL Trunking
Gbit/sec SFPs). Switch should
support ISL Trunking with optional
license if required in future.
The SAN Switch must support
SANSW-REQ-006 Performance
aggregate bandwidth of 1Tbps.
Switch should have dual power (RPS)
supply, Switch should have no single
SANSW-REQ-007 Power Supply
point of failure and all components
should be hot swappable.
Switch shall provide features like
IVR, QoS, FC-SP, FC traceroute, call
home, Port security, Link
diagnostics, POST, fabric isolation,
SANSW-REQ-008 Fabric Services
Hardware zoning, traffic encryption,
Multi-pathing, Port tracking,
Registered State Change Notification
(RSCN).
The switch shall be provided with
SANSW-REQ-009 SFP
SFPs for all active ports from day 1
The switch shall be provided with
fiber cables of appropriate lengths
SANSW-REQ-010 Fiber Cables
for all active ports as to connect to
servers, storage array.
5 years comprehensive onsite
Warranty &
SANSW-REQ-011 warranty i.e. 24x7x365x5 including
Support
holidays
Zoning & a. Support for hardware and
SANSW-REQ-012
Security feature software zoning and ACL

74 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

b. Policy based security and


centralized fabric
management.
c. Support for secure access.
d. Support for FC based
authentication.
e. Support for RADIUS/TACACS,
SSH, SNMP
f. Support for port binding.
g. Trunking capability with
required software licenses

75 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

1.4. Network Switch (L2)


# Requirement Minimum Specification Remarks
SWL2-REQ- Solution The Switch should support non-
001 Requirement blocking Layer 2 switching
There switch should not have any
SWL2-REQ- Solution single point of failure like power
002 Requirement supplies and fans etc. should have
1:1/N+1 level of redundancy
SWL2-REQ- Solution Switch should support the complete
003 Requirement STACK of IPv4 and IPv6 services.
The Switch should be able to discover
(on both IPv4 & IPv6 Network) the
neighboring device giving the details
SWL2-REQ- Solution
about the platform, IP Address, Link
004 Requirement
connected through etc., thus helping
in troubleshooting connectivity
problems.
Switch should have the following
interfaces:
48 *10/25 G SFP ports of non-
Hardware and blocking interfaces populated with 10
SWL2-REQ-
Interface G SR trans receiver.
005
Requirement Minimum 6*40G/100G QSFP uplink
ports, All ports should be fully
populated with 40 G SR Trans receiver
from day one.
Hardware and Switch should have console port and
SWL2-REQ-
Interface Management interface for out of
006
Requirement Band management
Hardware and
SWL2-REQ- Switch should be rack mountable and
Interface
007 support side rails if required
Requirement
Switch should have adequate power
Hardware and
SWL2-REQ- supply for the complete system usage
Interface
008 with all slots populated and used and
Requirement
provide N+1 redundant
Switch should have hardware health
Hardware and
SWL2-REQ- monitoring capabilities and should
Interface
009 provide different parameters through
Requirement
SNMP
Hardware and
SWL2-REQ- Switch should have a minimum 32MB
Interface
010 buffer of more.
Requirement
Hardware and
SWL2-REQ- Switch should support VLAN tagging
Interface
011 (IEEE 802.1q)
Requirement
Hardware and
SWL2-REQ- Switch should support IEEE Link
Interface
012 Aggregation/ Ethernet Bonding
Requirement

76 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

functionality to group multiple ports


for redundancy
"Switch should support Configuration
roll-back and check point or
Hardware and
SWL2-REQ- equivalent feature to bring back
Interface
013 switch in stable configuration without
Requirement
using any external hardware and
software.
Switch should support for different
Hardware and
SWL2-REQ- logical interface types like loopback,
Interface
014 VLAN, SVI/RVI, Port Channel, multi
Requirement
chassis port channel/LAG etc.
The switch should support 802.1d,
SWL2-REQ- Performance
802.1s, 802.1w Spanning-Tree & its
015 Requirement
Enhancement for fast convergence.
The switch should support hardware
SWL2-REQ- Performance based sharing at wire speed using
016 Requirement LACP and multi chassis Ethernet
channel/LAG
Switch should support minimum 1.6
Tbps or more of switching capacity (as
per specifications of the switch if
SWL2-REQ- Performance quantity of switches are more, but
017 Requirement should be non-blocking capacity)
To ensure 1.6 TBPS throughput
sufficient amount of RAM and core
should be ensured.
SWL2-REQ-
Feature Switch should support be manageable
018
Switch should support VLAN Trunking
SWL2-REQ-
Layer2 Features (802.1q) and should support 3900
019
VLAN
SWL2-REQ- Switch should support basic Multicast
Layer2 Features
020 IGMP v1, v2, v3
Switch should support minimum 64K
no. of MAC addresses
SWL2-REQ-
Layer2 Features The Switch should have OpenFlow or
021
REST API or equivalent protocol
capability to enable software-defined
networking from Day one
Switch should support 8 Nos. of link
SWL2-REQ- or more per Port channel (using LACP)
Layer2 Features
022 and support 48 port channels or more
per switch
Switch should support Industry
SWL2-REQ-
Layer2 Features Standard Port/Link Aggregation for All
023
Ports across any module or any port.

77 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

Switch should support multi chassis


Link Aggregation for All Ports across
any module or any port of the switch
SWL2-REQ-
Layer2 Features and Link aggregation should support
024
802.3ad LACP protocol for
communication with downlink/uplink
any third-party switch or server
SWL2-REQ- Switch should support Jumbo Frames
Layer2 Features
025 up to 9K Bytes on all available Ports
Support for broadcast, multicast and
unknown unicast storm control to
SWL2-REQ-
Layer2 Features prevent degradation of switch
026
performance from storm due to
network attacks and vulnerabilities
Switch should support Link Layer
SWL2-REQ- Discovery Protocol as per IEEE
Layer2 Features
027 802.1AB for finding media level
failures
Switch should have provisioning for
SWL2-REQ-
Availability connecting to 1:1/N+1 power supply
028
for usage and redundancy
Switch should support methods for
SWL2-REQ- Quality of identifying different types of traffic
029 Service for better management and resilience
using QOS
Switch should support for different
type of QoS features for ream time
SWL2-REQ- Quality of
traffic differential treatment using
030 Service
WRED or DWRR or equivalent and
Strict Priority Queuing.
Switch should support to trust the
SWL2-REQ- Quality of
QoS marking/priority settings of the
031 Service
end points as per the defined policy
Switch should support Flow control of
Ethernet ports to control traffic rates
during congestion by allowing
SWL2-REQ- Quality of congested nodes to pause link
032 Service operation at the other end for
receiving traffic (PFC) or should
support Virtual Output Queuing to
avoid head of line blocking
Switch should support for deploying
different security for each logical and
SWL2-REQ- physical interface using Port Based
Security
033 access control lists of Layer-2 in IP V.4
and IP V.6 and logging for fault finding
and audit trail

78 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

Switch should support for external


SWL2-REQ-
Security database for AAA using TACACS+ &
034
RADIUS
SWL2-REQ- Switch should support DHCP
Security
035 Snooping
Switch should support to prevent
edge devices in the network not
SWL2-REQ-
Security administrator's controlled from
036
becoming Spanning Tree Protocol
root nodes
Switch should support unicast and/or
multicast blocking on a switch port to
SWL2-REQ- suppress the flooding of frames
Security
037 destined for an unknown unicast or
multicast MAC address out of that
port
SWL2-REQ- Switch should support Spanning tree
Security
038 BPDU protection
Switch should support for embedded
SWL2-REQ-
Manageability RMON or RMON-II for central NMS
039
management and monitoring
Switch should support for sending
SWL2-REQ-
Manageability logs to multiple centralized syslog
040
server for monitoring and audit trail
Switch should provide remote login
SWL2-REQ-
Manageability for administration using Telnet &
041
SSHv2
Switch should support for capturing
SWL2-REQ- packets for identifying application
Manageability
042 performance using local and remote
port mirroring for packet captures
Switch should support for
management and monitoring status
SWL2-REQ- using different type of Industry
Manageability
043 standard NMS using SNMP v1 v2 &
v3, Filtration of SNMP using access
list, SNMP MIB support for QoS
Switch should support for basic
SWL2-REQ-
Manageability administrative tools like Ping &
044
Traceroute
Switch should support central time
SWL2-REQ-
Manageability server synchronization using Network
045
Time Protocol NTP v3 or v4
Switch should support for predefined
and customized execution of script
SWL2-REQ-
Manageability for device mange for automatic and
046
scheduled system status update for
monitoring and management

79 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

Switch should provide different


SWL2-REQ-
Manageability privilege for login in to the system for
047
monitoring and management
Switch should support Real Time
SWL2-REQ- Packet Capture using Wireshark in
Manageability
048 real time for traffic analysis and fault
finding or equivalent functionality
SWL2-REQ- Switch should support for QoS in IPv6
IPv6 features
049 network connectivity
Switch should support for monitoring
and management using different
versions of SNMP in IPv6 environment
such as:
SWL2-REQ-
IPv6 features
050
a. SNMPv1, SNMPv2c, SNMPv3
b. SNMP over IPv6 with
encryption support for SNMP
Version 3
Switch should support syslog for
SWL2-REQ- sending system log messages to
IPv6 features
051 centralized log server in IPv6
environment
Switch should support NTP to provide
SWL2-REQ- an accurate and consistent timestamp
IPv6 features
052 over IPv6 to synchronize log
collection and events
Switch should support different types
of tools for administration and
SWL2-REQ-
IPv6 features management such as Ping,
053
Traceroute, VTY, SSH, TFTP and DNS
Lookup
SWL2-REQ- Warranty & 5 years i.e. 24x7x365X5 days including
054 Support holidays
SWL2-REQ- Switch and optics should be from the
IPv6 features
055 same OEM

80 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

1.5. Network Switches(L3)


# Requirement Minimum Specification Remarks
The Switch should support non-
SWL3-REQ- Solution
blocking Layer 2 switching and Layer
001 Requirement
3 routing
There switch should not have any
SWL3-REQ- Solution single point of failure like power
002 Requirement supplies and fans etc. should have
1:1/N+1 level of redundancy
SWL3-REQ- Solution Switch should support the complete
003 Requirement STACK of IPv4 and IPv6 services.
The Switch and different modules
SWL3-REQ- Solution used should function in line rate and
004 Requirement should not have any port with
oversubscription ratio applied.
Switch should have the following
interfaces:
48 *10/25 G SFP ports of non-
Hardware and blocking interfaces populated with 10
SWL3-REQ-
Interface G SR trans receiver.
005
Requirement Minimum 6*40G/100G QSFP uplink
ports, All ports should be fully
populated with 40 G SR Trans receiver
from day one.
Hardware and Switch should have console port and
SWL3-REQ-
Interface Management interface for out of
006
Requirement Band management
Hardware and
SWL3-REQ- Switch should be rack mountable and
Interface
007 support side rails if required
Requirement
Switch should have adequate power
Hardware and
SWL3-REQ- supply for the complete system usage
Interface
008 with all slots populated and used and
Requirement
provide N+1 redundant
Switch should have hardware health
Hardware and
SWL3-REQ- monitoring capabilities and should
Interface
009 provide different parameters through
Requirement
SNMP
Hardware and
SWL3-REQ- Switch should have a minimum 32MB
Interface
010 buffer of more.
Requirement
Hardware and
SWL3-REQ- Switch should support VLAN tagging
Interface
011 (IEEE 802.1q)
Requirement
Switch should support IEEE Link
Hardware and
SWL3-REQ- Aggregation/ Ethernet Bonding
Interface
012 functionality to group multiple ports
Requirement
for redundancy

81 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

"Switch should support Configuration


roll-back and check point or
Hardware and
SWL3-REQ- equivalent feature to bring back
Interface
013 switch in stable configuration without
Requirement
using any external hardware and
software.
Switch should support for different
Hardware and logical interface types like loopback,
SWL3-REQ-
Interface VLAN, SVI/RVI or equivalent, Port
014
Requirement Channel, multi chassis port
channel/LAG etc.
SWL3-REQ- Performance Switch should support Graceful
015 Requirement Restart for OSPF, BGP etc.
Switch should support minimum 32
VRF instances with IPV4 & IPV6.
SWL3-REQ- Performance
Switch shall have at-least 100K
016 Requirement
Routing entries and 4K multicast
routes"
The switch should support hardware
SWL3-REQ- Performance based sharing at wire speed using
017 Requirement LACP and multi chassis Ethernet
channel/LAG
Switch should support minimum 1.6
Tbps or more of switching capacity
(as per specifications of the switch if
quantity of switches are more, but
should be non-blocking capacity)
SWL3-REQ- Performance
including the IP routing & forwarding,
018 Requirement
PBR, QOS, ACL and IPv6 host & IPv6
Routing services
To ensure 1.6 TBPS throughput
sufficient amount of RAM and core
should be ensured.
Switch should support Network
SWL3-REQ- Advance
Virtualization using Virtual Over Lay
019 Features
Network using VXLAN /NVGRE
Switch should support VXLAN and
EVPN or equivalent for supporting
SWL3-REQ- Advance
Spine - Leaf architecture to optimize
020 Features
the east - west traffic flow inside the
data Centre
SWL3-REQ-
Feature Switch should support be manageable
021
SWL3-REQ- Spanning Tree Protocol (IEEE 801.D,
Layer2 Features
022 802.1W, 802.1S)
Switch should support VLAN Trunking
SWL3-REQ-
Layer2 Features (802.1q) and should support 3900
023
VLAN

82 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

SWL3-REQ- Switch should support basic Multicast


Layer2 Features
024 IGMP v1, v2, v3
Switch should support minimum 64K
no. of MAC addresses
SWL3-REQ-
Layer2 Features The Switch should have OpenFlow or
025
REST API or equivalent protocol
capability to enable software-defined
networking from Day one
Switch should support 8 Nos. of link
SWL3-REQ- or more per Port channel (using LACP)
Layer2 Features
026 and support 48 port channels or more
per switch
Switch should support Industry
SWL3-REQ-
Layer2 Features Standard Port/Link Aggregation for All
027
Ports across any module or any port.
Switch should support multi chassis
Link Aggregation for All Ports across
any module or any port of the switch
SWL3-REQ-
Layer2 Features and Link aggregation should support
028
802.3ad LACP protocol for
communication with downlink/uplink
any third-party switch or server
SWL3-REQ- Switch should support Jumbo Frames
Layer2 Features
029 up to 9K Bytes on all available Ports
Support for broadcast, multicast and
unknown unicast storm control to
SWL3-REQ-
Layer2 Features prevent degradation of switch
030
performance from storm due to
network attacks and vulnerabilities
Switch should support Link Layer
SWL3-REQ- Discovery Protocol as per IEEE
Layer2 Features
031 802.1AB for finding media level
failures
Switch should support all physical
ports to use either in Layer2 or Layer
SWL3-REQ-
Layer3 Features 3 mode and also should support layer
032
3 VLAN Interface and Loopback port
Interface
Switch should support basic routing
feature i.e. IP Classless, default
SWL3-REQ-
Layer3 Features routing and Inter VLAN routing .
033
Switch should also support RIP v2,
RIPing,OSPF v2 and v3, BGP, BGP4.
Switch should provide multicast
SWL3-REQ-
Layer3 Features traffic reachable using PIM-SM, MSDP
034
and IGMP v1 v2 &v3

83 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

Switch should have provisioning for


SWL3-REQ-
Availability connecting to 1:1/N+1 power supply
035
for usage and redundancy
Switch should provide gateway level
SWL3-REQ-
Availability of redundancy in IPv4 and IPv6 using
036
HSRP/VRRP
SWL3-REQ- Switch should support for BFD For
Availability
037 Fast Failure Detection
Switch system should support 802.1P
classification and marking of packet
using CoS, DSCP, Source physical
SWL3-REQ- Quality of
interfaces, Source/destination IP
038 Service
subnet, Source/destination TCP/UDP
ports and Protocol types
(IP/TCP/UDP)
Switch should support methods for
SWL3-REQ- Quality of identifying different types of traffic
039 Service for better management and resilience
using QOS
Switch should support for different
type of QoS features for ream time
SWL3-REQ- Quality of
traffic differential treatment using
040 Service
WRED or DWRRR or equivalent and
Strict Priority Queuing.
Switch should support to trust the
SWL3-REQ- Quality of
QoS marking/priority settings of the
041 Service
end points as per the defined policy
Switch should support Flow control of
Ethernet ports to control traffic rates
during congestion by allowing
SWL3-REQ- Quality of congested nodes to pause link
042 Service operation at the other end for
receiving traffic (PFC) or should
support Virtual Output Queuing to
avoid head of line blocking
Switch should support for deploying
different security for each logical and
SWL3-REQ- physical interface using Port Based
Security
043 access control lists of Layer-2 to
Layer-4 in IP V.4 and IP V.6 and
logging for fault finding and audit trail
Switch should support control plane
SWL3-REQ- i.e. processor and memory protection
Security
044 from unnecessary or DoS traffic by
control plane protection policy
Switch should support for stringent
SWL3-REQ-
Security security policies based on time of day
045
of Layer-2 to Layer-4

84 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

Switch should support for external


SWL3-REQ-
Security database for AAA using TACACS+ &
046
RADIUS
SWL3-REQ- Switch should support DHCP
Security
047 Snooping
Switch should support to prevent
edge devices in the network not
SWL3-REQ-
Security administrator's controlled from
048
becoming Spanning Tree Protocol
root nodes
Switch should support unicast and/or
multicast blocking on a switch port to
SWL3-REQ- suppress the flooding of frames
Security
049 destined for an unknown unicast or
multicast MAC address out of that
port
SWL3-REQ- Switch should support Spanning tree
Security
050 BPDU protection
Switch should support for embedded
SWL3-REQ-
Manageability RMON/RMON-II for central NMS
051
management and monitoring
Switch should support for sending
SWL3-REQ-
Manageability logs to multiple centralized syslog
052
server for monitoring and audit trail
Switch should provide remote login
SWL3-REQ-
Manageability for administration using Telnet &
053
SSHv2
Switch should support for capturing
SWL3-REQ- packets for identifying application
Manageability
054 performance using local and remote
port mirroring for packet captures
Switch should support for
management and monitoring status
SWL3-REQ- using different type of Industry
Manageability
055 standard NMS using SNMP v1 v2 &
v3, Filtration of SNMP using access
list, SNMP MIB support for QoS
Switch should support for basic
SWL3-REQ-
Manageability administrative tools like Ping &
056
Traceroute
Switch should support central time
SWL3-REQ-
Manageability server synchronization using Network
057
Time Protocol NTP v3 or v4
Switch should support for providing
SWL3-REQ- granular MIB support for different
Manageability
058 statistics of the physical and logical
interfaces
SWL3-REQ- Switch should support for predefined
Manageability
059 and customized execution of script

85 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

for device mange for automatic and


scheduled system status update for
monitoring and management
Switch should provide different
SWL3-REQ-
Manageability privilege for login in to the system for
060
monitoring and management
Switch should support Real Time
SWL3-REQ- Packet Capture using Wireshark in
Manageability
061 real time for traffic analysis and fault
finding or equivalent functionality
Switch should support for IPv6
connectivity and routing required for
network reachability using different
SWL3-REQ- routing protocols such as OSPF v3,
IPv6 features
062 BGP with IPv6, PBR, IPv6 Dual stack,
IPv6 Static & default Route and
support for route distribution
between these protocols
Switch should support multicast
SWL3-REQ-
IPv6 features routing in IPv6 network using PIMv2
063
Sparse Mode
SWL3-REQ- Switch should support for QoS in IPv6
IPv6 features
064 network connectivity
Switch should support for monitoring
and management using different
versions of SNMP in IPv6
environment such as:
SWL3-REQ-
IPv6 features
065
a. SNMPv1, SNMPv2c, SNMPv3
b. SNMP over IPv6 with
encryption support for SNMP
Version 3
Switch should support syslog for
SWL3-REQ- sending system log messages to
IPv6 features
066 centralized log server in IPv6
environment
Switch should support NTP to provide
SWL3-REQ- an accurate and consistent timestamp
IPv6 features
067 over IPv6 to synchronize log
collection and events
Switch should support different types
of tools for administration and
SWL3-REQ-
IPv6 features management such as Ping,
068
Traceroute, VTY, SSH, TFTP and DNS
Lookup
SWL3-REQ- Warranty & 5 years i.e. 24x7x365X5 days including
069 Support holidays
SWL3-REQ- Switch and optics should be from the
IPv6 features
070 same OEM

86 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

87 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

2. Storage& Backup
2.1. SAN Storage

# Requirement Minimum Specification Remarks


a. Storage should be True Enterprise
Class Storage and should have the
capability to scale up and scale out.
Bidder is expected to provide
Unified Storage solution meeting
benchmark performance
parameters and should have block
and file access with host
connectivity for FC, iSCSI, CIFS and
NFS.
SAN-REQ-01 Storage Model
b. The unified storage solution
must be dedicated appliance with
specifically optimized OS to provide
both SAN and NAS functionalities

c. The NAS capability of storage should


be provided through purpose built
appliance optimized for NAS
operations in HA mode.
a. Storage should be supplied
with 200TB of usable space
excluding all overhead
configuration like RAID
configuration formatting and
hot spare disk 100 TB of 200 TB
total capacity is to be provide
with SSD Disk drives and rest
space with SAS drives and
minimum 4 controllers and
512GB global cache across all
SAN-REQ-02 Storage Size controllers and facility to
create volumes of disk of
choice i.e. SSD or SAS
b. Storage should be configured
with at least 500GB of
Flash/Extended Cache either
with NVMe or SSDs

c. The supported disk should be


dual ported with minimum
6Gbps or higher full duplex
data transfer capability.
Storage The array should be scalable to a
SAN-REQ-03
Scalability minimum of 250 disks of the offered

88 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

configuration of the disk count


supporting all kinds of disks a
mentioned above, behind the same
controller pair by adding the
appropriate number of spindles and
disk shelves.
Rack mounted form-factor Modular
design to support disk drives
Hardware
SAN-REQ-04 expansion 4x4 lane @ 12 Gbps per
Platform
lane for Backend disk connectivity
scalable up to 8 lanes per controller.
Array should be equipped with N+N(
with 4 controllers) Nos. of array
controllers for better performance
redundancy in the storage. Unified
Storage controller nodes should have
active-active symmetric and failover
capabilities Storage Should have
512GB on-board Protected Global
cache across Controllers.

SAN-REQ-05 Controllers The controllers or Storage nodes


should be upgradable seamlessly,
without any disruptions or downtime
to production workflow for
performance, capacity enhancement
and software or firmware upgrade.
The Storage must support
synchronous, asynchronous
replication. Further, the replication
must be bi-directional to support
multiple replication options.
8 * 8/16 Gbps FC and 4 * 10 Gbps
(SFP+ SR). Storage support IP based
Ports (per
SAN-REQ-06 replication, in case additional
controller)
hardware is required, same should be
provided additionally.
The storage solution should support
all latest operating system and cluster
environments The unified storage
solution should support virtual
Operating
infrastructure (like VMware / Hyper-V
System and
SAN-REQ-07 etc). Should have capabilities for
Virtualization
booting VMs from the SAN. Should be
Support
supplied with virtualization aware APIs
for provisioning and managing the
storage array from the virtual
infrastructure.

89 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

Storage should native support


Protocol
SAN-REQ-08 protocol – FC, iSCSI, NFSv3, CIFS, and
Support
SMB.
Should support various hardware
SAN-REQ-09 RAID support industry standard RAID levels
(0,1,5,6,10) or Equivalent
The multi-pathing software should
Multi-pathing provide multi-pathing from all leading
SAN-REQ-10 and SAN OEM’s. The Storage should provide
Security provision LUN Masking and SAN
Security
The Storage System should be able to
protect the data against single point of
failure with respect to controller,
disks, cache, connectivity interfaces,
fans and power supplies Storage
should support non-disruptive online
microcode upgrades, component
Redundancy replacement of controller disks, cache,
SAN-REQ-11 and High fan, power supply etc. Multiple
Availability redundant path within the storage
subsystem should be easily
configurable (active-active and active-
passive) IEEE 802.3ad LACP support
for load balancing and failover and
should provide data at rest
encryption. The storage should be
with no single point of failure.
All the necessary software to
configure and manage the storage
space, RAID configuration, logical
drives allocation, snapshots etc. Single
Command and GUI and Integrated
Web Console for entire storage
system for configuration, managing
and administration of file & block
storage and associated functionalities
including deployment, automation,
Management provisioning, and protection and
SAN-REQ-12
software monitoring management

1) Should provide the functionality of


proactive monitoring of Disk drive and
Storage system for all possible disk
failures
2) Should be able to create
instantaneous or Point in Time
Snapshot copies of volumes which can
be either a full clone or incremental
snapshot of the volumes.
90 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

3. Should provide monitoring of IOPs,


read/write, cache hit, throughput etc.
in real time or better OEM monitoring
functions.
Supported Thin Provisioning, Inline-Compression,
Software and Inline-deduplication minimum for SSD
licenses from capacity, Snapshot, restore snapshot,
day one for the Cloning and application & VM aware
total configured backup. Asynchronous and
SAN-REQ-13
capacity synchronous remote replication and
supporting all remote mirroring for Disaster
protocols asked Recovery, encryption, Quality of
in THIS TENDER Service Software for IOPS and /or
DOCUMENT. bandwidth
The storage should support the both
local users and groups and directory
server users and groups for
authentication and authorization and
can be integrated with Data centre
SAN-REQ-14 NAS Capability Active directory or LDAP solution. NAS
protocols should be provided for full
usable capacity supported by storage
or
NAS protocols should be provided for
offered capacity".
The storage array must have complete
cache protection using mechanism like
mirroring/ de-staging/coherency. Also
provide complete cache data
SAN-REQ-15 Data Protection
protection with battery backup for up
to minimum 48 hours. The data shall
not be lost in the case of power
failure.
All the supported licenses should be
provided from day one for complete
configured capacity. All required
cable, passive component and
connectors to be supplied
SAN-REQ-16 Other
Storage should able to generate audit
logs to record activities including host
initiated actions, physical component
changes , attempts blocked by security
control.
5 years i.e. 24x7x365x5 days including
SAN-REQ-17 Warranty
holidays
Storage to Storage replication support
and availability of required software
SAN-REQ-18 Feature
along with requisite licenses should be
provided by the bidder.

91 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

Must support online expansion of


Online RAID
RAID Group/Storage Pool. Must be
SAN-REQ-19 Group
able to add additional disks on the fly
expansion
to expand the RAID group capacity."
The storage system should have
multiple global hot spares, one hot
SAN-REQ-20 Hot Spare
spare disk should be provided every
30 Disk Drives
The storage should have protection of
cache data during a power down
Cache either scheduled or unexpected power
SAN-REQ-21
Protection outage by battery backup for at least
24 hours OR by de staging the data in
cache to nonvolatile disk.
The storage should support both
synchronous and asynchronous data
SAN-REQ-22 Replication
replication to remote site with zero
data loss.
Warranty & 5 years i.e. 24x7x365X5 days including
SAN-REQ-23
Support holidays

92 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

2.2. Purpose built Backup appliance based backup solution(With Necessary


S/w &Lics.)

# Requirement Minimum Specification Remarks


Proposed integrated PBBA should be configured
with 100 TB front-end / 200 TB back-end target
capacity based license for overall capacity of
appliance. It should not restrict the number of
servers/VMs, applications/databases that can be
backed up.

Proposed backup and retention policy :


BA-REQ- General Backup Type Frequency Retention
01 Features Differential/Incremental Daily End 1 Week
of Day
Weekly Full At the end 1 Month
of 1 week
Monthly Full At the end 1 Year
of 1 Month
Yearly Full At the end 3 Year
of 1 Year

BA-REQ- PBBA should be configured with RAID 5/6 or


Feature
02 equivalent along with hot spare disks.
BA-REQ- PBBA should be expandable up to minimum of
Feature
03 200TB Front-end capacity.
Proposed Integrated PBBA shall come with all
perpetual licenses of SW and HW for the
BA-REQ-
Feature proposed capacity. If the proposed solution
04
requires separate Master Backup Server/Media
Server, that also will be part of the quote.
Software Licensing:

Bidder shall provide front end capacity based


license of100 TB for backup software.
-> This capacity based license shall be based
on one time full actual backup size i.e. front end
data backup capacity. Say If there is a drive if 1
BA-REQ- TB and its used size is 200 GB and free size is
Feature 824 GB than only 200 GB will be counted as
05
actual backup size.
-> Capacity based license shall include all
features of backup software such as agent based
backup (DB and file system), image backup,
NDMP backup etc.
-> Capacity based license shall include feature
for secondary backup location also for Tape out,
object storage and replication.

93 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

LAN/SAN Connection: Minimum 4 x 10Gig and 2


BA-REQ-
Feature x 1 Gig Ethernet ports along with 4x16/32Gbps
06
FC/FCOE ports with all required accessories.
GUI: The PBBA should have web based Graphical
User Interface (GUI) so that all backup can be
BA-REQ-
Feature managed centrally, regardless of location. GUI
07
should be same across heterogeneous platform
to ensure easy administration.
Recovery: PBBA based backup solution must
maintain a database for all backup jobs, policy
BA-REQ-
Feature jobs meta-data etc., and should have the
08
capability of re-creating master system in case
of disaster using this database.
The proposed backup appliance based backup
solution should be able to perform cross
BA-REQ-
Feature platform Instant VM Recovery. The solution
09
should be capable of Instantly restoring VM
running on ESX on Hyper V and vice versa.
The PBBA must be able to support following
BA-REQ-
Feature client systems backup:
10
Windows, Linux, Unix etc.
The PBBA should support backup of 32 bits and
BA-REQ- 64 bits operating systems, data bases and
Feature
11 applications.

DB Backup: Should provide online backup for


BA-REQ- MS-SQL, Oracle RAC, MySQL, Postgres-SQL etc.
Feature
12 on different platforms like Windows / Unix /
Linux etc.
De-duplication: The PBBA should support target
BA-REQ- based de-duplication along with source base de-
Feature
13 duplication for improved backup window and
lesser footprint.
BA-REQ- PBBA should have support of OST feature along
Feature
14 with Encryption and Replication.
BA-REQ- PBBA should have manual/Automated Data
Feature
15 Integrity check for backup data on device
The proposed appliance should be able to
BA-REQ- deliver a throughput of up to 20 TB/hr or more,
Feature
16 considering the without deduplication and
compression ratio.
Scheduling:
BA-REQ-
Feature
17 (1) Ability to configure automated backups for
specific days and weeks within a month, while

94 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

maintaining a simplified methodology for


complex date scenarios.

(2) PBBA based backup solution should provide


policy based system for backup scheduling i.e.
clients with same data to be backed up may be
added or removed from policy when required.

(3) PBBA based backup solution should provide


sets creation for backup selection, schedule,
target backup device such that when this set is
modified its impact should be visible to all
jobs/policies using that particular set.

(4) PBBA based backup solution should provide


flexibility to backup data in multiple streams for
lesser backup window.

PBBA based backup solution Should have


following TAPEOUT capabilities:
a. Should have capability to transfer all
BA-REQ- data that is backed up on disk to tape
Feature
18 without client server intervention.
b. Backup software used in PBBA should be
able to retrieve data from tape to client
server directly.
The proposed backup appliance should be able
to create Standby server on virtualized
BA-REQ- (VMWare/Hyper-V Server/EC2/KVM) and should
Feature
19 monitor the heartbeat of the backup server to
enable recovery during production server
failure.
The PBBA based backup solution should have
following reporting capabilities:

a. Full job completion report. Overview of


the full backup jobs that were
successful, partially successful and failed
BA-REQ- for each day.
Feature
20 b. Full backup data volume report.
Overview of the total data volumes that
were backed up for each day.
c. logs & reports e.g. de-duplication
report, Data growth analysis report,
Compute utilization report during
backup etc.

95 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

PBBA based backup solution should have


following capabilities for image level backup:
a. Should support image level backup on
host/hypervisor level for multiple
vendors like Hyper-V, Vmware etc.
BA-REQ-
Feature b. Should support source based
21
deduplication while image level backup.
c. Should support granular recovery from
image level backup.
d. Software should provide instant
recovery of image level backup.
Backup software should support always
BA-REQ- incremental policy for all kinds of backup (agent
Feature
22 based file system and DB backup, image based
backup).
PBBA based backup solution should support
following replication capabilities:
a. Subsequent Replication should transfer
only difference data from previous
successful replication.
b. Replication should provide the flexibility
BA-REQ-
Feature to transfer only dedup data.
23
c. should provide compression of data
while replication.
d. Proposed appliance should support bi-
directional, many-to-one, one-to-many,
and one-to-one replication.

PBBA should be provided with all


features/capabilities available within it. Even If
BA-REQ-
Feature any new features are added in PBBA after
24
purchase, those should be provided without any
additional cost.
Proposed disk appliance should be offered with
battery backed up RAM / NVRAM for protection
BA-REQ- against data loss in power failure scenario and
Feature
25 continuous automated file system check to
ensure data integrity

Proposed appliance should support retention


lock feature which ensures that no data is
BA-REQ- Protection &
deleted accidently and support for point-in-time
26 retention
copies of a LUN or volumes with minimal
performance impact.
BA-REQ- Proposed backup software should be available
Feature
27 on various OS platforms like Windows, Linux,
96 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

HP-UX, IBM AIX, Solaris etc. The backup server


should be compatible to run on both Windows
and Linux OS platforms.
The backup software should be able to encrypt
the backed up data using 256-bit AES encryption
BA-REQ- on the backup client and should not demand for
Feature
28 additional license, any such license if needed
should be quoted for the total number of
backup clients asked for.
The backup solution should also support online
LAN Free SAN based backups of databases
BA-REQ- through appropriate agents; Important
Feature
29 Applications being Oracle, Microsoft SQL Server,
MySQL,
Postgre etc.
Should able to dynamically break up large save
BA-REQ- sets into smaller save sets to be backed up in
Feature
30 parallel to allow backups to complete faster for
Windows, Unix and Linux clients.
Should have in-built calendar based scheduling
system and also support check-point restart able
BA-REQ- backups for file systems. It should support
Feature
31 various level of backups including full,
incremental, differential, synthetic and virtual
synthetic backups
The proposed backup software should have the
capability to enable overwrite protection on the
BA-REQ-
Feature backup sets from the backup software console
32
on proposed disk backup appliance to protect
accidental overwriting of earlier backups.
The solution must support client-direct backup
feature for file system, applications and
BA-REQ- databases to reduce extra hop for backup data
Feature
33 at backup/media server to cater stringent
backup window.

Should integrate with third party VTL which has


data deduplication capabilities. Backup software
must support Robotic/automated Tape library,
the licensing of such library should be on the
BA-REQ-
Feature unlimited number of slots and not on the drive
34
counts as additional drives are added to
improve performance. Must support OST, VTL,
Disk, NFS. CIFS for proposed backup disk
appliance
BA-REQ- Must support source capacity based licensing
Feature
35 and host based licensing as well.
BA-REQ- Host based licenses required for 10 physical
Feature
36 Servers out of which two servers having MS SQL

97 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

database for which backup is required. Each


vendor will provide license details for both
Total capacity based licenses (As per backup
appliance capacity specification given in backup
appliance specifications which is intended to
backup approx. 100 TB Raw data) . To be
decided based on cost benefit analysis to be
done by the department.)
Backup Solution must support multi tenancy
feature for creation of distinct data zones where
BA-REQ-
Feature the end users have access without being able to
37
view data, backups, recoveries, or modify in
other data zones.
Backup Solution should also have configurable
BA-REQ- ReST API support for management,
Feature
38 administration and reporting on backup
infrastructure.
The proposed backup software should support
BA-REQ- restore a single VM, single file from a VM, a
Feature
39 VMDK restore from the same management
console for ease of use.
Proposed backup software should not need a
physical proxy server for VMWare backups and
should have a minimum of 16 concurrent
BA-REQ-
Feature sessions capability for the VMWARE VM
40
machines image based backups with single
virtual proxy. It should support instant access of
a VM machine.
The proposed solution should have inbuilt
feature for extensive alerting and reporting with
pre-configured and customizable formats. The
BA-REQ- proposed solution must have capability to do
Feature
41 trend analysis for capacity planning of backup
environment not limiting to Backup
Application/Clients, Virtual Environment,
Replication etc.
The proposed backup software should be able
to recreate backed up data from existing
BA-REQ- volumes from metadata backups. The solution
Feature
42 should offer recovery of specific volumes for
recovery from metadata in case of a disaster
recovery.
The proposed Backup software should have the
capability for Block based backups with granular
BA-REQ-
Feature recovery capability for Windows, Linux, Hyper-V,
43
VMWARE and Exchange for faster backups on
supported Disk platforms.

98 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

The proposed backup solution should provide


BA-REQ-
Feature capability for a single file restore from complete
44
backup store
The solution should be capable of integration
with active directory/ldap infrastructure for
BA-REQ-
Feature ease of user rights management along with role
45
based access control to regulate the level of
management
The solution should have the capability to
manage and monitor backups at remote
BA-REQ- locations from a single backup server, where
Feature
46 clients can backup data to a local disk backup
device without the need of local media server or
sending primary backup copy over the WAN
The solution should have the capabilities to
backup as well as archive data to cloud with
BA-REQ- cloud service providers like Azure / Amazon etc.
Feature
47 In addition to this if data has to be moved from
Cloud A to Cloud B the solution should be
capable of cloud portability.
Backup software should have capability to sync
BA-REQ-
Interoperability the backups from one PBBA to other PBBA at a
48
remote location over any TCP/IP network.
BA-REQ- Updates and Software updates and patches: For the period
49 patch support of minimum 5 years.
BA-REQ- Warranty & 5 years i.e. 24x7x365X5 days including holidays
50 Support

99 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

3. Cyber security Infrastructure

1.1 WAF

# Requirement Minimum Specification Remarks

Proposed WAF must be


WAF-REQ-01 Certifications
NSS/ICSA/NDPP/EAL certified
Should protect against application-
level attacks targeted at web
WAF-REQ-02 Feature
applications in a Data Centre
environments-
The WAF must have auto-learning
WAF-REQ-03 Feature
functionality-
WAF should protect from OWASP
WAF-REQ-04 Feature
TOP 10 Vulnerabilities 2017-2020
WAF should have reverse proxy and
WAF-REQ-05 Feature
inline detection operation modes
Must support multiple HTTP versions
WAF-REQ-06 Feature such as HTTP/1-0, HTTP 1-1, HTTP 2-
0 protocol protection-
WAF appliance should have
application-aware load-balancing
WAF-REQ-07 Feature
engine to distribute traffic and route
content across multiple web servers-
The product must possess a built-in
Web Application Vulnerability
WAF-REQ-08 Feature Scanning capability OR must support
integration with Vulnerability
Scanning Solution

Should support integration with


third-party vulnerability scanners to
provide dynamic virtual patches to
WAF-REQ-09 Feature security issues in application
environments and to provide virtual
patching with required
understanding of WAF policy

Proposed solution should support


for High Availability (Active-Active
and Active-Passive) with SSL and TCP
session mirroring- The proposed
WAF-REQ-10 Feature
solution should be able to maintain
or mirror the SSL and TCP
connection even if one of the WAF in
HA is down

100 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

WAF should be able to protect


against false positives affecting the
applications by using the WAF policy
and signature detection. Further,
WAF should have option for policy
WAF-REQ-11 Feature
enforcement for a specific period of
time on web application traffic for
applications running in Staging
mode, during which WAF would be
in detection mode and not blocking
mode for attack traffic.

The Web application firewall should


WAF-REQ-12 Feature
allow signatures to be modified or
added by the administrator-

WAF-REQ-13 Feature Should able to monitor real-time


HTTP throughput

Shall allow commands from WAF for


WAF-REQ-14 Feature
Troubleshooting network related
issues like Ping, traceroute-

WAF Appliance should be from


different OEM than Firewall OEM
WAF-REQ-15 Installation
(Internal/External) (H3C/HP3 Com &
Cisco)

WAF-REQ-16 Management Should support Role Based Access


Control for Management

WAF-REQ-17 Management
Ability to remotely manage boxes

WAF-REQ-18 Management Should provide GUI Management


User Interface

WAF-REQ-19 Management Separate network interface for


SSH/HTTPS access-
Should support configuration of
trusted(known)/untrusted(unknown)
WAF-REQ-20 Management domain/IP for ingress/egress traffic
control & management w.r.t specific
Web Site(s).
Should support and two Factor
WAF-REQ-21 Management
Authentication

101 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

Should support Secure


WAF-REQ-22 Management
Administrative Access using HTTPS

Authentication and Administrative


WAF-REQ-23 Management
access-
Ability to identify and notify system
WAF-REQ-24 Management
faults and loss of performance
WAF should support at-least
minimum 10 Million L7 Transactions
WAF-REQ-25 Performance
Per Second-
The Latency should be < 5 ms-
WAF should provide 5 Gbps of WAF
throughput and it should not
WAF-REQ-26 Performance degrade after enabling Access logs,
Web firewall logs and enabling
security policies-
Should support 8 x 10 GBwith
backward compatibility interfaces
WAF-REQ-27 Performance
with transceivers (Fully Populated
modules)
Should have at-least 200 GB SSD of
WAF-REQ-28 Performance
Storage space for Logs
Ability to identify and notify system
WAF-REQ-29 Reporting
faults and loss of performance

WAF-REQ-30 Reporting Should support Log Aggregation

Should support multiple log formats


WAF-REQ-31 Reporting
such as CSV, Syslog, TXT, etc-
Should support inbuilt Reporting and
WAF-REQ-32 Reporting
sending the report via E-Mail
Should support report formats in
WAF-REQ-33 Reporting
PDF/HTML/WORD/ RTF, etc-
Should generate comprehensive
WAF-REQ-34 Reporting
event reports
Should able to monitor real-time
WAF-REQ-35 Reporting
HTTP throughput

Web application firewall should


WAF-REQ-36 Reporting support centralized management
and reporting for multiple
appliances-

WAF-REQ-37 Reporting Logging, Reporting and


Troubleshooting-

102 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

WAF-REQ-38 Reporting Should support Log Aggregation

WAF-REQ-39 Reporting Should support multiple log formats


such as CSV, Syslog, TXT, etc-

Should support inbuilt Reporting and


WAF-REQ-40 Reporting
Report Distribution Automatically via
email
Should support report formats in
WAF-REQ-41 Reporting
PDF, HTML, WORD, RTF, etc--
Should generate comprehensive
event reports based on usage of
WAF-REQ-42 Reporting Protocols, Ports, Applications, Data
Transferred w-r-t- specific Date &
Time, Frequency, Geo Location etc-
ALL Logs must have compliance to
WAF-REQ-43 Reporting separate Log Server/SIEM solutions
as per standard norms-
Alerts to be raised to SOC team
through Email, Syslog, SNMP Trap,
WAF-REQ-44 Reporting Notification etc for blocking the
traced malicious IP source causing
specific attack
Shall support to generate reports
like pie-chart, bar-chart based on
WAF-REQ-45 Reporting
user defined security compliance
baseline-
It shall support to generate
vulnerability reports based on
WAF-REQ-46 Reporting
standard vulnerability database like
CVE/NVD etc-
Should have controls against Brute
force attacks detection and
mitigation &Custom brute force
attack detection for applications that
WAF-REQ-47 Security
do not return 401 and WAF to have
the capability to prevent credential
based attacks/leech/script based
attacks etc-
Protection against SYN-flood type of
WAF-REQ-48 Security
attacks
Should be able to protect Cookie
WAF-REQ-49 Security
Poisoning and Cookie Tampering-

103 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

Should validate header length,


content length, Body length,
WAF-REQ-50 Security
Parameter length, body line length
etc-
Should have controls for anti-web
defacements and provide ability to
WAF-REQ-51 Security check unauthorized version of the
web site content (Integrity check and
monitoring web pages)
WAF should be able to identify
common vulnerabilities other than
OWASP Top 10, such as XSS, Source
WAF-REQ-52 Security
Code disclosure, Information
disclosure, or other common web
server vulnerabilities.
WAF should analyze all outbound
traffic alerting/blocking any credit
WAF-REQ-53 Security
card/Aaadhar No leakage and
information disclosure

The WAF solution should be able to


scan the upload for malicious
content through integration with any
WAF-REQ-54 Security antivirus database to scan and
mitigate zero day / unknown
malwares being uploaded to web
servers

The solution must distinguish


between browsers and bot’s which
are able to execute Java script by
using advanced techniques such as
WAF-REQ-55 Security browser capability challenge/
CAPTCHA challenge/ or similar-
Should provide controls to meet
PCIDSS compliance requirements for
web application servers-

Proposed solution should be capable


WAF-REQ-56 Security of detecting unusual or unexpected
patterns in the web traffic

104 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

Proposed solution must inspect of


SSL traffic for reverse proxy for file
uploads or should support Internet
WAF-REQ-57 Security
Content Adaptation Protocol (ICAP)
integration with external security
systems from day 1-

The web application firewall should


automatic update in real time its
signature database and auto learn
WAF-REQ-58 Security security profiles required to protect
the infrastructure and should
continue to provide protection while
in learning mode-
The web Application Firewall should
detect known malicious users who
are often responsible for automated
WAF-REQ-59 Security and botnet attacks- Malicious users
may include malicious IP addresses,
anonymous proxy addresses, and
TOR networks

Proposed solution should be capable


of identify the Geo location IP
address through Geo-location IP
WAF-REQ-60 Security
database and provide controls to
prevent identity theft, financial fraud
and espionage activities-

Web Application Firewall should


have inbuilt Trusted Platform
Module or should be certified by
Common Criteria Labs or should
have necessary Compliance /
Safety/EMC Certificates or
WAF-REQ-61 Security equivalent which confirms
genuineness of suppled Hardware
and firmware and should provide
ability to determine a trusted
computing environment to ensure
that a device behaves for its
intended purpose only

105 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

The solution should have option to


define the WAF policy based on XML
and web services to have protection
WAF-REQ-62 Security
of XML Web Services with common
web application as well as XML
specific attacks

The solution should be able to


perform profiling of JSON- HTTP
WAF-REQ-63 Security requests in the JSON format must be
learnt by the WAF with the
parameters and values
The solution should be able to
WAF-REQ-64 Security allow or deny traffic based on IP
address and Geo Location-
WAF should provide feature to
WAF-REQ-65 Security enforce the user to follow a
sequence of pages while accessing-

WAF should support normalization


WAF-REQ-66 Security methods such as URL decoding NULL
byte string, termination, converting
backslash to forwardslashetc-

WAF should allow IP addresses or IP


WAF-REQ-67 Security range for by passing applied security
policy for particular application, but
should not bypass for others-
Solution should provide protection
from application layer DDOS attacks
WAF-REQ-68 Security
such as slowloris, RUDY and slow
read attacks-
WAF should capable to protect web
WAF-REQ-69 Security requests originated from TOR
networks and anonymous proxies-
WAF-REQ-70 Solution Reports should be customizable-
Appliance should be able to
WAF-REQ-71 SSL
terminate SSL
Client certificates should be
WAF-REQ-72 SSL supported in passive mode and
active mode-
In termination mode, the backend
traffic (i-e- the traffic from the WAF
WAF-REQ-73 SSL
to the web server) can be encrypted
via SSL

106 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

Should support for hardware based


WAF-REQ-74 SSL
SSL/ECC acceleration
Should have High Availability in
Active-Active Mode without any
WAF-REQ-75 SSL
dependency on separate
management server-

Warranty & 5 years i-e- 24x7x365X5 days


WAF-REQ-76
Support including holidays

107 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

1.2 Host Intrusion Prevention System (HIPS)


# Requirement Minimum Specification Remarks
Solution should protect against distributed
DoS attack and should have the ability to
HIPS-REQ-01 Feature lock down a computer (prevent all
communication) except with management
server-
Solution should support statefulInspection
Firewall, Anti-Malware, Deep Packet
Inspection with HIPS, Integrity Monitoring,
Scan & Application Control in single agent
HIPS-REQ-02 Feature
module with agentless and agent based
capabilities- HIPS should support API level
integration with any third party APT
solution-
Firewall rules should filter traffic based on
source and destination IP address, port,
MAC address, etc- and should detect
HIPS-REQ-03 Security
reconnaissance activities such as port scans
and solution should be capable of blocking
IPv6 attacks-
Solution should support any pre-defined
lists of critical system files for various
HIPS-REQ-04 Security operating systems and applications (web
servers, DNS, etc-) having support custom
rules as well-
Solution should have feature to take
HIPS-REQ-05 Feature backup of infected files and restoring the
same-
Host IPS should be capable of
recommending or creating rules and
mitigating vulnerabilities- It should have
HIPS-REQ-06 Feature capabilities to schedule scan and entire
features of solution should be agentless &
agent based- The Host IPS should provide
zero-day threat protection-
Should offers agents for a broader range of
Operating Systems Proposed and has an
HIPS-REQ-07 Feature
aggressive kernel update program for
current HIPS deployments
HIPS-REQ-08 Performance Should support auto-scaling environments
Should support agents for a broader range
of Server Operating Systems i-e- MS
Windows Server 2008/2012/2016/2019,
HIPS-REQ-09 Feature Red Hat Enterprise Linux, CentOS Linux,
Oracle Linux, SUSE Linux, Ubuntu Linux,
Debian Linux and should support latest
kernel variant of respective OS and should

108 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

support auto updated agents in client


server environment-

Product should support CVE cross


referencing when applicable for
HIPS-REQ-10 Feature
vulnerabilities with automatically
enforcement of rules.
Proposed solution should support multi-
HIPS-REQ-11 Feature
tenant capability-
Should offers complete management for all
physical, virtual and cloud servers through
HIPS-REQ-12 Feature
one management console for Windows and
Linux (all variants)
Solution should have Security Profiles
allows Integrity Monitoring rules to be
HIPS-REQ-13 Features
configured for groups of systems, or
individual systems
Should have pre, post execution and
runtime machine Learning and should have
HIPS-REQ-14 Security
Ransom Ware Protection in Behaviour
Monitoring
Demonstrate compliance with a number of
HIPS-REQ-15 Security regulatory requirements including PCI DSS,
HIPAA, NIST, SSAE 16
Should be Common Criteria (ISO/IEC
HIPS-REQ-16 Features 15408) EAL 4 or higher and FIPS 140-2
validated
Machine Learning: Analysis unknown files
and zero-day threats using machine
HIPS-REQ-17 Features
learning algorithms to determine if the file
is malicious
Should have container security automated
processes for critical security controls to
HIPS-REQ-18 Security protect containers and the Docker host-
Bake security into the CI/CD pipeline for
frictionless automation
Should have developer-friendly tools to
HIPS-REQ-19 Features help and ensure that security is baked into
DevOps processes
HIPS Solution Should not have the need to
provision HIPS Rules from the Policy Server
HIPS-REQ-20 Features
as the Rules should be automatically
provisioned and de provisioned

109 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

Should support automatically submission of


unknown files/ suspicious object samples
with On-Premise sandbox solution for
simulation and create IOC's on real time
HIPS-REQ-21 Security
basis as per sandboxing analysis and revert
back to server security- The bidder/OEM
has the responsibility to provide API to
integrate HIPS with APT & SIEM solution-
Complete installation of proposed solution
should be from OEM payroll engineer itself
HIPS-REQ-22 Solution
and not from partner
Warranty &
HIPS-REQ-23 Onsite comprehensive warranty of 5 years
Support
Bidder has to supply all required hardware
for installation & commissioning of HIPS
Solution server/client setup except Storage for
HIPS-REQ-24
compatibility proposed solution and should integrate
with SAN storage being supplied under this
RFP/Tender

110 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

4- Software & Licenses

4.1 Enterprise Virtualization Software latest edition

# Requirement Minimum Specification Remarks


Virtualization software shall allow
heterogeneous Guest OS support and
certification for namely Windows, Red
VS-REQ-01 Feature
hat & SUSE Linux Enterprise (SLES)- This
support and certification should be from
OS as well as hypervisor vendor listed
Virtualization software should provide
quick boot and reduce patching and
upgrade times by rebooting the
VS-REQ-02 Feature
hypervisor without rebooting the physical
host, skipping time-consuming hardware
initialization
Virtualization software should allow
seamless migration across different CPUs
VS-REQ-03 Feature across the hybrid cloud by persisting the
EVC mode per-VM during migrations
across clusters and during power cycles-
Virtualization software should provide
secure boot for protection for both the
hypervisor and guest operating system by
VS-REQ-04 Feature
ensuring images have not been tampered
with and preventing loading of
unauthorized components
Virtualization software should have the
provision to provide zero downtime, zero
data loss and continuous availability for
the applications running in virtual
VS-REQ-05 Feature
machines in the event of physical host
failure, without the cost and complexity
of traditional hardware or software
clustering solutions-
Virtualization software should provide
integration of 3rd party endpoint security
to secure the virtual machines with
VS-REQ-06 Security
offloaded antivirus, antimalware
solutions without the need for agents
inside the virtual machines-
Virtualization software should provide
simple and effective centralized
VS-REQ-07 Manageability management for virtual machine
templates, virtual appliances, ISO images,
and scripts-
Virtualization software should have the
VS-REQ-08 Manageability
ability to live migrate VM files from one
111 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

storage array to another without any VM


downtime, it should have capability of
native backup and restoration of the
virtualization management server
Virtualization software should support
TPM 2-0 hardware modules and adds a
VS-REQ-09 Feature
virtual TPM device to shield guest OS
from Operator or in-guest attacks
Hypervisor management software should
support user role and permission
assignment (RBAC) and shall provide
capability to monitor and analyze virtual
VS-REQ-10 Feature
machines, and server utilization and
availability with detailed performance
graphs-

Hypervisor management software


console shall maintain a record of
significant configuration changes and the
administrator who initiated them and
Logging and
VS-REQ-11 shall provide a single view of all virtual
monitoring
machines, allow monitoring of system
availability and performance and
automated notifications with email
alerts-
The virtualization software should
provide in-built Replication capability
which will enable efficient array-
agnostic replication of virtual machine
VS-REQ-12 Feature data over the LAN or WAN- This
Replication should simplify
management enabling replication at
the virtual machine level and enabling
RPOs as low as 5 minutes-
Hypervisor should have capability
similar of Virtual Volumes which
enables abstraction for external
storage (SAN and NAS) devices making
VS-REQ-13 Feature them Virtualization aware and it
should allow common management
across storage tiers and dynamic
storage class-of-service automation via
a policy-driven control plane-
OEM should provide direct support for
5 years i.e. 24x7x365x5 with unlimited
VS-REQ-14 Support incident support and 30mins or less
response time including the unlimited
upgrades and updates-

112 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

The virtualization software should


support Isolation between Virtual
Feature
VS-REQ-15 Machines. In case one VM is
infected/defaced then the attack may
not penetrate to other VM/Network
The virtualization software should
have control to enable/disable
VS-REQ-16 Feature
ports/services/ACL or a Network based
Firewall.
The virtualization software should
VS-REQ-17 Feature support live/hot Backup/Snapshot and
Restoration facility.
Virtualization software should support
VS-REQ-18 Feature Multi-User Access/role based
authentication for VMs.
Virtualization software should be
VS-REQ-19 Feature
Scalable.
Virtualization software should support
VS-REQ-20 Feature
Multi IP Pool / LAN segments.

Authorized Signatory (ies)[In full and initials]: ___________________________


Name and Title of Signatory (ies): _________________________________
Name of Bidding Company/Firm: ____________________________________
Address: ____________________________________ (Affix the Official Seal of the Bidding
Company

113 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure

End of Document

Signature Not Verified


114SANJAY
Digitally signed by | P a g e KUMAR VERMA
Bidders’ Sign and Stamp Date: 2021.01.22 11:35:31 IST
Location: Haryana-HR

You might also like