Download as docx, pdf, or txt
Download as docx, pdf, or txt
You are on page 1of 58

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

Last Date of BID Submission ---- 12.03.2021

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 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).
4.6 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.

4.7 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 6 th 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.
4.8 Payment, Delivery & Penalty Clause

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

• 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.

• 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.

1 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.

Format 2: COMMERCIAL BID


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

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
Price Exclusive Duties/GST of 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

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
Latest Edition 2 core)

13. SQL Server 12 (For 24


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

14. Grand Total

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.

Annexure 4: Technical Compliance


(To be enclosed with Technical bid)

# 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)
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
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.
Annexure 14:Compliance to Minimum Technical Specifications by
respective OEMs on its letter-head for item to be
supplied at State Data Centre
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
BS-REQ-
Memory processor to ensure balanced
002
performance. Memory 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
BS-REQ-
PCI-Express Slots FC HBA Ports) or 2 * 40/50 Gbps
003
converged ports or Equivalent total
Bandwidth on
Converge Ports or with Ethernet and
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.
BS-REQ- 004 Internal RAID Controller with Raid 0
Internal RAID and 1
support, with controller supporting
RAID controller speed 12 Gbps/port

BS-REQ- Internal HDD Minimum 2 * 960GB SSD or Higher Hot


005 Plug HDD Populated from day 1

BS-REQ- Warranty 5 years On-site comprehensive


006 warranty
with 24x7x365 and remote support
OS &
BS-REQ- 007 Virtualization MS Windows, Linux, VMWare VSphere
Infrastructure & Microsoft HyperV etc.
Support

BS-REQ- Form factor Half Form Factor or Single Wide


008

Remoter power On/ Shutdown of


server, Remote Management of Server
BS-REQ- 009 over LAN & WAN with SSL encryption
Management through gigabit management port,
Should have virtual Media support with
all required licenses, Remote KVM,
Server Health
Logging, Out of Band Management
Secure Boot(Firmware and Bios Level
BS-REQ- 010 Security),Hardware root of trust/Dual
Management Root of Trust, Server should provide
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
BS-REQ- 011 Management firmware boot, In case of any security
breach system should provide the lock
down feature and also able to revert to
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- Compliances Blades should be
012 1. RoHS Compliant,

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
1.1. 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
007 Interconnect
1:1 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
008 Interconnects
asked 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
BC-REQ-
Management WWN No of adapters so that
009
replacement of a server blade does not
involve Network & SAN configuration
effort at the blade
level

The enclosure should be populated


fully with adequate power supplies &
energy efficiency available with the
vendor.
BC-REQ- Power supplies should support N+N as
Power Supply
010 well as N+1 redundancy configuration,
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
011
blowers 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
014 Management
measurement
data of the servers.
Management of both rack & blade
form factor servers should be from the
BC-REQ- Sever
same console. Proposed management
015 Management
console should be able to manage
minimum 100
server from the same console
The management software should be
used to create resource pools based on
BC-REQ- Sever
a hierarchal structure and have the
016 Management
blade 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
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
SANSW-REQ-001 Architecture
domain with no 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
SANSW-REQ-007 Power Supply
single 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
SANSW-REQ-010 Fiber Cables
lengths for all active ports as to
connect to
servers, storage array.
5 years comprehensive onsite
Warranty &
SANSW-REQ-011 warranty i.e. 24x7x365x5
Support
including
holidays
Zoning & a. Support for hardware and
SANSW-REQ-012
Security feature software zoning and ACL

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

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
SWL2-REQ- Solution any single point of failure like
002 Requirement power 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
SWL2-REQ-
Interface 10 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
Interface
008 usage with all slots populated and
Requirement
used and
provide N+1 redundant
Switch should have hardware health
Hardware and
SWL2-REQ- monitoring capabilities and should
Interface
009 provide different parameters
Requirement
through
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

functionality to group multiple


ports
for redundancy
"Switch should support
Hardware and
Configuration roll-back and check
Interface
point or equivalent feature to
Requirement
SWL2-REQ- bring back switch in stable
013 configuration without using any
external hardware and
software.
Hardware and
Switch should support for
Interface
different logical interface types
SWL2-REQ- Requirement
like loopback, VLAN, SVI/RVI, Port
014
Channel, multi
chassis port channel/LAG etc.
Performance
SWL2-REQ- The switch should support 802.1d,
Requirement
015 802.1s, 802.1w Spanning-Tree &
its
Enhancement for fast
convergence.
The switch should support
Performance
hardware based sharing at wire
SWL2-REQ- Requirement
speed using LACP and multi
016
chassis Ethernet
channel/LAG
Switch should support minimum
1.6 Tbps or more of switching
capacity (as per specifications of
Performance
the switch if quantity of switches
Requirement
are more, but should be non-
SWL2-REQ-
blocking capacity)
017
To ensure 1.6 TBPS throughput
sufficient amount of RAM and
core
should be ensured.
Feature
SWL2-REQ- Switch should support be
manageable
018
SWL2-REQ- Switch should support VLAN
Layer2 Features
019 Trunking (802.1q) and should
support 3900
VLAN
Layer2 Features
SWL2-REQ- Switch should support basic
Multicast
020
IGMP v1, v2, v3
Switch should support minimum
64K no. of MAC addresses
Layer2 Features
SWL2-REQ-
021 The Switch should have OpenFlow
or REST API or equivalent protocol
capability to enable software-
defined
networking from Day one
Switch should support 8 Nos. of
Layer2 Features
link or more per Port channel
SWL2-REQ-
(using LACP) and support 48 port
022
channels or more
per switch
SWL2-REQ- Switch should support Industry
Layer2 Features
023 Standard Port/Link Aggregation
for All
Ports across any module or any
port.
Switch should support multi
chassis Link Aggregation for All
Ports across any module or any
Layer2 Features
SWL2-REQ- port of the switch and Link
024 aggregation should support
802.3ad LACP protocol for
communication with
downlink/uplink
any third-party switch or server
Layer2 Features
SWL2-REQ- Switch should support Jumbo
Frames
025
up to 9K Bytes on all available
Ports
Support for broadcast, multicast
and unknown unicast storm
SWL2-REQ- Layer2 Features
control to prevent degradation of
026
switch performance from storm
due to
network attacks and vulnerabilities
Switch should support Link Layer
Layer2 Features
Discovery Protocol as per IEEE
SWL2-REQ-
802.1AB for finding media level
027
failures
SWL2-REQ- Switch should have provisioning
Availability
028 for connecting to 1:1/N+1 power
supply
for usage and redundancy
Switch should support methods
Quality of
for identifying different types of
SWL2-REQ- Service
traffic for better management and
029
resilience
using QOS
Switch should support for
Quality of
different type of QoS features for
SWL2-REQ- Service
ream time traffic differential
030
treatment using WRED or DWRR
or equivalent and
Strict Priority Queuing.
Quality of
SWL2-REQ- Switch should support to trust the
Service
031
QoS marking/priority settings of
the end points as per the defined
policy
Switch should support Flow
control of Ethernet ports to
control traffic rates during
Quality of
Service
congestion by allowing congested
nodes to pause link operation at
SWL2-REQ-
the other end for receiving traffic
032
(PFC) or should support Virtual
Output Queuing to
avoid head of line blocking
Switch should support for
deploying different security for
Security
each logical and physical interface
SWL2-REQ- using Port Based access control
033 lists of Layer-2 in IP V.4 and IP V.6
and logging for fault finding
and audit trail
SWL2-REQ- Switch should support for external
Security
034
database for AAA using TACACS+
& RADIUS
Security
SWL2-REQ- Switch should support DHCP
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
Security
switch port to suppress the
SWL2-REQ- flooding of frames destined for an
037 unknown unicast or multicast
MAC address out of that
port
Security
SWL2-REQ- Switch should support Spanning
tree
038
BPDU protection
SWL2-REQ- Switch should support for
Manageability
039 embedded
RMON or RMON-II for central
NMS management and monitoring
SWL2-REQ- Switch should support for sending
Manageability
040 logs to multiple centralized syslog
server for monitoring and audit
trail
SWL2-REQ- Switch should provide remote
Manageability
041 login
for administration using Telnet &
SSHv2
Switch should support for
Manageability
capturing packets for identifying
SWL2-REQ-
application performance using
042
local and remote
port mirroring for packet captures
Switch should support for
management and monitoring
Manageability
status using different type of
SWL2-REQ- Industry standard NMS using
043 SNMP v1 v2 & v3, Filtration of
SNMP using access
list, SNMP MIB support for QoS
SWL2-REQ- Switch should support for basic
Manageability
044
administrative tools like Ping &
Traceroute
SWL2-REQ- Switch should support central time
Manageability
045 server synchronization using
Network
Time Protocol NTP v3 or v4
Switch should support for
predefined and customized
SWL2-REQ- Manageability
execution of script for device
046
mange for automatic and
scheduled system status update
for
monitoring and management
SWL2-REQ- Switch should provide different
Manageability
047
privilege for login in to the system
for monitoring and management
Switch should support Real Time
Manageability
Packet Capture using Wireshark in
SWL2-REQ-
real time for traffic analysis and
048
fault
finding or equivalent functionality
IPv6 features
SWL2-REQ- Switch should support for QoS in
049 IPv6 network connectivity

Switch should support for


monitoring and management
using different versions of SNMP
IPv6 features
in IPv6 environment such as:

SWL2-REQ- a. SNMPv1, SNMPv2c, SNMPv3


050 b. SNMP over IPv6 with
encryption support for
SNMP
Version 3
Switch should support syslog for
IPv6 features
sending system log messages to
SWL2-REQ-
centralized log server in IPv6
051
environment
Switch should support NTP to
IPv6 features
provide an accurate and
SWL2-REQ-
consistent timestamp over IPv6 to
052
synchronize log
collection and events
Switch should support different
types of tools for administration
SWL2-REQ- IPv6 features
and management such as Ping,
053
Traceroute, VTY, SSH, TFTP and
DNS
Lookup
Warranty &
SWL2-REQ- 5 years i.e. 24x7x365X5 days
Support
including
054
holidays
IPv6 features
SWL2-REQ- Switch and optics should be from
the
055
same OEM

1.5. Network Switches(L3)


# Requirement Minimum Specification Remarks
The Switch should support non-
SWL3-REQ- Solution
blocking Layer 2 switching and
001 Requirement
Layer
3 routing
There switch should not have
SWL3-REQ- Solution any single point of failure like
002 Requirement power 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
004 Requirement and 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
SWL3-REQ-
Interface 10 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
Requirement
ports
for redundancy
"Switch should support
Configuration roll-back and check
SWL3-REQ- Hardware and point or equivalent feature to bring
013 Interface back switch in stable configuration
Requirement without using any external
hardware and
software.
Switch should support for different
SWL3-REQ- logical interface types like
014 Hardware and loopback, VLAN, SVI/RVI or
Interface equivalent, Port Channel, multi
Requirement chassis port
channel/LAG etc.
SWL3-REQ- Switch should support Graceful
Performance
015 Restart for OSPF, BGP etc.
Requirement

Switch should support minimum 32


SWL3-REQ- VRF instances with IPV4 & IPV6.
016 Performance Switch shall have at-least 100K
Requirement Routing entries and 4K multicast
routes"
The switch should support
SWL3-REQ- hardware based sharing at wire
017 Performance speed using LACP and multi chassis
Requirement 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-
SWL3-REQ- blocking capacity) including the IP
018 routing & forwarding, PBR, QOS,
ACL and IPv6 host & IPv6 Routing
Performance services
Requirement To ensure 1.6 TBPS throughput
sufficient amount of RAM and core
should be ensured.
SWL3-REQ- Switch should support Network
Advance
019 Virtualization using Virtual Over Lay
Features
Network using VXLAN /NVGRE

Switch should support VXLAN and


SWL3-REQ- EVPN or equivalent for supporting
020 Advance Spine - Leaf architecture to
Features optimize the east - west traffic flow
inside the
data Centre
SWL3-REQ- Switch should support be
Feature
021 manageable

SWL3-REQ- Spanning Tree Protocol (IEEE 801.D,


Layer2 Features
022 802.1W, 802.1S)

SWL3-REQ- Switch should support VLAN


023 Trunking (802.1q) and should
Layer2 Features support 3900
VLAN
SWL3-REQ- Switch should support basic
Layer2 Features
024 Multicast
IGMP v1, v2, v3

Switch should support minimum


64K no. of MAC addresses
SWL3-REQ-
025 The Switch should have OpenFlow
or REST API or equivalent protocol
Layer2 Features capability to enable software-
defined
networking from Day one
Switch should support 8 Nos. of link
SWL3-REQ- or more per Port channel (using
026 Layer2 Features LACP) and support 48 port channels
or more
per switch
SWL3-REQ- Switch should support Industry
027 Standard Port/Link Aggregation for
Layer2 Features All Ports across any module or any
port.
Switch should support multi chassis
Link Aggregation for All Ports across
SWL3-REQ- any module or any port of the
028 switch and Link aggregation should
support 802.3ad LACP protocol for
Layer2 Features communication with
downlink/uplink
any third-party switch or server
SWL3-REQ- Switch should support Jumbo
Layer2 Features
029 Frames
up to 9K Bytes on all available Ports

Support for broadcast, multicast


SWL3-REQ- and unknown unicast storm control
030 to prevent degradation of switch
performance from storm due to
Layer2 Features
network attacks and vulnerabilities
Switch should support Link Layer
SWL3-REQ- Discovery Protocol as per IEEE
031 Layer2 Features 802.1AB for finding media level
failures
Switch should support all physical
SWL3-REQ- ports to use either in Layer2 or
032 Layer 3 mode and also should
support layer 3 VLAN Interface and
Layer3 Features
Loopback port
Interface
Switch should support basic routing
SWL3-REQ- feature i.e. IP Classless, default
033 routing and Inter VLAN routing .
Switch should also support RIP v2,
Layer3 Features
RIPing,OSPF v2 and v3, BGP, BGP4.
SWL3-REQ- Switch should provide multicast
034 traffic reachable using PIM-SM,
Layer3 Features MSDP and IGMP v1 v2 &v3

SWL3-REQ- Switch should have provisioning for


035 connecting to 1:1/N+1 power
Availability supply for usage and redundancy

SWL3-REQ- Switch should provide gateway


036 level of redundancy in IPv4 and
Availability IPv6 using
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
SWL3-REQ- packet using CoS, DSCP, Source
038 physical interfaces,
Quality of
Source/destination IP subnet,
Service
Source/destination TCP/UDP ports
and Protocol types
(IP/TCP/UDP)
Switch should support methods for
SWL3-REQ- identifying different types of traffic
039 Quality of for better management and
Service resilience
using QOS
Switch should support for different
SWL3-REQ- type of QoS features for ream time
040 Quality of traffic differential treatment using
Service WRED or DWRRR or equivalent and
Strict Priority Queuing.
SWL3-REQ- Switch should support to trust the
Quality of
041 QoS marking/priority settings of the
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- congested nodes to pause link
042 operation at the other end for
Quality of receiving traffic (PFC) or should
Service support Virtual Output Queuing to
avoid head of line blocking
Switch should support for
deploying different security for
SWL3-REQ- each logical and physical interface
043 using Port Based access control lists
Security
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
SWL3-REQ- plane
044 Security i.e. processor and memory
protection from unnecessary or
DoS traffic by
control plane protection policy
SWL3-REQ- Switch should support for stringent
045 security policies based on time of
Security day
of Layer-2 to Layer-4
SWL3-REQ- Switch should support for external
046 database for AAA using TACACS+ &
Security RADIUS

SWL3-REQ- Switch should support DHCP


Security
047 Snooping

Switch should support to prevent


SWL3-REQ- edge devices in the network not
048 administrator's controlled from
becoming Spanning Tree Protocol
Security
root nodes
Switch should support unicast
and/or multicast blocking on a
SWL3-REQ- switch port to suppress the
049 flooding of frames destined for an
Security
unknown unicast or multicast MAC
address out of that
port
SWL3-REQ- Switch should support Spanning
Security
050 tree
BPDU protection

SWL3-REQ- Switch should support for


051 embedded
Manageability RMON/RMON-II for central NMS
management and monitoring
SWL3-REQ- Switch should support for sending
052 logs to multiple centralized syslog
Manageability server for monitoring and audit trail

SWL3-REQ- Switch should provide remote login


053 for administration using Telnet &
Manageability SSHv2
Switch should support for capturing
SWL3-REQ- packets for identifying application
054 Manageability 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
055 standard NMS using SNMP v1 v2 &
Manageability
v3, Filtration of SNMP using access
list, SNMP MIB support for QoS
SWL3-REQ- Switch should support for basic
056 administrative tools like Ping &
Manageability Traceroute

SWL3-REQ- Switch should support central time


057 server synchronization using
Manageability Network
Time Protocol NTP v3 or v4
Switch should support for providing
SWL3-REQ- granular MIB support for different
058 Manageability statistics of the physical and logical
interfaces
SWL3-REQ- Switch should support for
Manageability
059 predefined
and customized execution of script

for device mange for automatic and


scheduled system status update for
monitoring and management

SWL3-REQ- Switch should provide different


060 privilege for login in to the system
Manageability for
monitoring and management
Switch should support Real Time
SWL3-REQ- Packet Capture using Wireshark in
061 Manageability real time for traffic analysis and
fault
finding or equivalent functionality
Switch should support for IPv6
connectivity and routing required
for network reachability using
SWL3-REQ- different routing protocols such as
062 OSPF v3, BGP with IPv6, PBR, IPv6
Dual stack, IPv6 Static & default
Route and support for route
IPv6 features
distribution
between these protocols
SWL3-REQ- Switch should support multicast
063 routing in IPv6 network using
IPv6 features PIMv2
Sparse Mode
SWL3-REQ- Switch should support for QoS in
IPv6 features
064 IPv6
network connectivity

Switch should support for


monitoring and management using
different versions of SNMP in IPv6
environment such as:
SWL3-REQ-
065 a. SNMPv1, SNMPv2c, SNMPv3
b. SNMP over IPv6 with
IPv6 features
encryption support for
SNMP
Version 3
Switch should support syslog for
SWL3-REQ- sending system log messages to
066 IPv6 features centralized log server in IPv6
environment
Switch should support NTP to
SWL3-REQ- provide an accurate and consistent
067 IPv6 features timestamp over IPv6 to synchronize
log
collection and events
Switch should support different
SWL3-REQ- types of tools for administration
068 and management such as Ping,
Traceroute, VTY, SSH, TFTP and
IPv6 features
DNS
Lookup
SWL3-REQ- 5 years i.e. 24x7x365X5 days
Warranty &
069 including
Support holidays

SWL3-REQ- Switch and optics should be from


IPv6 features
070 the
same OEM
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
SAN-REQ-02 Storage Size across all 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
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.

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,
SAN-REQ-11 and High cache, 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,
Management automation, provisioning, and
SAN-REQ-12 protection and monitoring
software
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.
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
SAN-REQ-15 Data Protection
complete cache data 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
SAN-REQ-18 Feature
software along with requisite licenses
should be
provided by the bidder.
Must support online expansion of
Online RAID
RAID Group/Storage Pool. Must be
SAN-REQ-19 Group
able to add additional disks on the
expansion
fly
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
SAN-REQ-21
Protection power 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
SAN-REQ-22 Replication
data replication to remote site with
zero
data loss.
Warranty & 5 years i.e. 24x7x365X5 days including
SAN-REQ-23
Support holidays
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


Backup Type policyRetention
Frequency :
BA-REQ- General Differential/Incremental Daily End 1 Week
01 Features 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 TB and its used size is 200 GB and free size
BA-REQ-
Feature is 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.
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
BA-REQ- target based de-duplication along with source
Feature
13 base de- 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
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
Feature
18 tape 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
BA-REQ- failed 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.
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
BA-REQ-
Feature flexibility 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,
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
BA-REQ-
Feature be on the unlimited number of slots and not on
34
the drive 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
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
BA-REQ-
Feature granular recovery capability for Windows,
43
Linux, Hyper-V, VMWARE and Exchange for
faster backups on
supported Disk platforms.
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

3. Cyber security Infrastructure

1.1 W AF

# 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

145 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure
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
WAF-REQ-09 Feature to 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
WAF-REQ-10 Feature
proposed solution should be able to
maintain or mirror the SSL and TCP
connection even if one of the WAF
in HA is down

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
WAF-REQ-11 Feature
for policy 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-

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

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
WAF-REQ-25 Performance
Transactions 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-
147 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure
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-

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


WAF-REQ-40 Reporting
and 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
148 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure
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
WAF-REQ-44 Reporting Trap, 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
WAF-REQ-47 Security
that 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-

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,
WAF-REQ-52 Security
Source Code disclosure,
Information disclosure, or other
149 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure
common web
server vulnerabilities.
WAF should analyze all outbound
traffic alerting/blocking any
WAF-REQ-53 Security
credit card/Aaadhar No leakage
and information disclosure

The WAF solution should be able to


scan the upload for malicious
content through integration with
WAF-REQ-54 Security any 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

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-

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

The web Application Firewall


should detect known malicious
users who are often responsible for
WAF-REQ-59 Security automated 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

The solution should have option to


define the WAF policy based on
XML and web services to have
WAF-REQ-62 Security
protection 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
151 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure
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


WAF-REQ-67 Security IP 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

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

1.2 Host Intrusion Prevention System (HIPS)


# Requirement Minimum Specification Remarks

152 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure
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
HIPS-REQ-02 Feature
Control in single agent 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

153 | 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
HIPS-REQ-12 Feature
through one management console for
Windows and
Linux (all variants)
Solution should have Security
Profiles allows Integrity Monitoring
HIPS-REQ-13 Features
rules to be configured for groups of
systems, or
individual systems
Should have pre, post execution and
runtime machine Learning and should
HIPS-REQ-14 Security
have 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

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

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
HIPS-REQ-22 Solution
engineer itself

and not from partner


Warranty &
HIPS-REQ-23 Onsite comprehensive warranty of 5 years
Support
Bidder has to supply all required
hardware for installation &
Solution commissioning of HIPS server/client setup
HIPS-REQ-24
compatibility except Storage for proposed solution and
should integrate with SAN storage being
supplied under this
RFP/Tender

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
155 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure
seamless migration across different
VS-REQ-03 Feature CPUs 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
VS-REQ-04 Feature
by 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
VS-REQ-05 Feature
in virtual 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
VS-REQ-06 Security
with 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

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
VS-REQ-09 Feature
and adds a virtual TPM device to
shield guest OS
from Operator or in-guest attacks

156 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure
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
Logging and
VS-REQ-11 and shall provide a single view of all
monitoring
virtual 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
VS-REQ-12 Feature machine 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
VS-REQ-13 Feature making 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-

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
157 | P a g e
Bidders’ Sign and Stamp
e- Tender for Supply, Installation, commissioning
Of IT Infrastructure
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
Name of Bidding Company/Firm:
Address: (Affix the Official Seal of the
Bidding

Company

158 | P a g e
Bidders’ Sign and Stamp

You might also like