Himachal Pradesh Board of School Education, Dharamshala

Transcription

Himachal Pradesh Board of School Education, Dharamshala
Himachal Pradesh Board of School
Education, Dharamshala
Government of Himachal Pradesh
Vol II – General and Commercial Specifications
Society for Promotion of
Information Technology and eGovernance
Wipro Consulting Services
Plot No. 480-481,
24, SDA Complex, Kasumpti
Shimla-171009
Phase III, Udyog Vihar
Gurgaon, Haryana
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
TABLE OF CONTENTS
1
2
RFP PROCESS .......................................................................................................... 6
1.1
COST OF TENDER DOCUMENTS ............................................................................... 6
1.2
1.3
1.4
CONTENT OF RFP DOCUMENTS .............................................................................. 6
KEY ACTIVITIES AND DATES .................................................................................... 7
CLARIFICATION OF RFP DOCUMENTS ...................................................................... 7
1.5
1.6
1.7
1.8
1.9
1.10
PRE-BID MEETING .................................................................................................. 8
PROPOSAL PREPARATION COST .............................................................................. 8
SITEG’S RIGHT TO TERMINATE ............................................................................... 9
VENUE AND DEADLINE FOR SUBMISSION OF PROPOSAL ............................................ 9
LATE BIDS.............................................................................................................. 9
BID OPENING .................................................................................................... 10
1.11
ELIGIBILITY CRITERIA ......................................................................................... 10
PROPOSAL INSTRUCTIONS AND CONDITIONS ................................................... 14
2.1
2.2
2.3
2.4
2.5
2.6
2.7
2.8
BID SUBMISSION FORMAT ..................................................................................... 14
DOCUMENTS COMPRISING THE PROPOSAL............................................................. 14
TECHNICAL PROPOSAL FORMAT ............................................................................ 15
COMMERCIAL PROPOSAL FORMAT ......................................................................... 16
AMENDMENT OF REQUEST OF PROPOSAL .............................................................. 17
MODIFICATION, SUBSTITUTION AND W ITHDRAWAL OF PROPOSAL ............................ 17
LANGUAGE OF PROPOSAL ..................................................................................... 17
CURRENCY OF PROPOSAL AND PAYMENT .............................................................. 17
2.9 BID VALUE ........................................................................................................... 18
2.10
PERIOD OF VALIDITY OF PROPOSALS .................................................................. 18
2.11
EARNEST MONEY DEPOSIT (EMD) ..................................................................... 18
2.12
FORFEITURE OF EMD ........................................................................................ 18
3
PROPOSAL EVALUATION ...................................................................................... 20
3.1
3.2
3.3
PROPOSAL OPENING ............................................................................................ 20
CLARIFICATION OF PROPOSALS ............................................................................. 20
INITIAL DETERMINATION OF COMPLIANCE WITH RFP REQUIREMENTS ...................... 20
3.4
3.5
CORRECTION OF ERRORS ..................................................................................... 20
SITE VISIT BY SITEG ............................................................................................ 21
3.6 EVALUATION PROCEDURE AND CRITERIA ............................................................... 21
3.6.1
Evaluation of Technical Bids ............................................................................. 21
3.6.2
Evaluation of Commercial Bid ........................................................................... 22
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
2
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
4
3.6.3
Final Evaluation .............................................................................................. 22
3.6.4
Negotiations, Contract Finalization and Award................................................... 22
AWARD OF CONTRACT.......................................................................................... 23
4.1
4.2
AWARD CRITERIA ................................................................................................. 23
SITEG’S RIGHT TO ACCEPT OR REJECT ANY OR ALL PROPOSALS........................... 23
4.3
4.4
PURCHASER’S RIGHT TO VARY THE QUANTITY ......................................................... 23
4.5
4.6
4.7
4.8
4.9
4.10
4.11
SIGNING OF CONTRACT......................................................................................... 24
PERFORMANCE SECURITY DEPOSIT....................................................................... 24
MAINTENANCE AND SUPPORT DURING CONTRACT PERIOD ..................................... 25
CHANGE ORDERS ................................................................................................. 25
PENALTY AND LIQUIDATED DAMAGES..................................................................... 26
INDEMNITY ........................................................................................................ 27
FAILURE TO AGREE W ITH TERMS AND CONDITIONS OF THE RFP ......................... 27
NOTIFICATION OF AWARD...................................................................................... 23
5
PAYMENT SCHEDULE ............................................................................................ 28
6
IMPLEMENTATION VENDOR APPOINTMENT CONDITIONS ................................ 29
7
6.1
6.2
6.3
CONDITIONS OF APPOINTMENT .............................................................................. 29
INTELLECTUAL PROPERTY RIGHTS......................................................................... 29
TERMINATION OF CONTRACT WITH HPBSE IMPLEMENTATION VENDOR .................... 30
6.4
6.5
6.6
TRANSFER OF ASSETS AND SYSTEM MANAGEMENT AND KNOWLEDGE BASE .............. 30
PROCESS FOR TRANSFER OF ASSETS IN CASE OF END OF TENURE ........................... 31
RESOLUTION OF DISPUTES.................................................................................... 31
SERVICE LEVEL AGREEMENT .............................................................................. 33
ANNEXURE I
TECHNICAL PROPOSAL LETTER...................................................... 43
ANNEXURE II
COMMERCIAL PROPOSAL LETTER ................................................. 45
ANNEXURE III
BILL OF MATERIAL ............................................................................ 47
ANNEXURE IV
TECHNICAL EVALUATION CRITERIA............................................... 50
ANNEXURE V FORMAT FOR SUBMISSION OF RESUME ......................................... 54
ANNEXURE VI FORMAT FOR PROVIDING CITATIONS ............................................ 55
ANNEXURE VII FORMAT FOR STATEMENT OF DEVIATION(S) ............................... 56
ANNEXURE VIII
REQUEST FOR CLARIFICATIONS .................................................. 57
ANNEXURE IX
FORMATS FOR COMMERCIAL QUOTATIONS ................................. 58
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
3
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
ANNEXURE X
DECLARATION REGARDING ACCEPTANCE OF ALL TERMS AND
CONDITIONS MENTIONED IN TENDER ........................................................................ 61
ANNEXURE XI DECLARATION REGARDING PAST TRACK RECORD .................... 62
ANNEXURE XII MARKS DISTRIBUTION AND EVALUATION OF MANPOWER ........ 63
ANNEXURE XIII
INDICATIVE SPECIFICATIONS ........................................................ 72
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
4
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
Acronyms Used in this Document
Abbreviation
AMC
Annual Maintenance Cost
Term
BOM
Bill of Material
CAPEX
Capital Expenditure
CV
Curriculum Vitae
DD
Demand Draft
EMD
Earnest Money Deposit
EOI
Expression of Interest
GBPS
Gigabits per second
HPBSE
Himachal Pradesh Board of School Education
H/W
Hardware
INR
Indian National Rupees
ISO
International Organization for Standardization
ITSM
IT Service Management
KBPS
Kilo bits per second
LAN
Local Area Network
MBPS
Mega bits per second
MRP
Maximum Retail Price
OPEX
Operational Expenditure
PBG
Performance Bank Guarantee
RFP
Request For Proposal
S/W
Software
SITEG
Society for Promotion of Information Technology & EGovernance
SLA
Service Level Agreement
SMS
Short Service Messaging
SPC
Special Purpose Company
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
5
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
1
1.1
RFP PROCESS
COST OF TENDER DOCUMENTS
The Tender document is available for sale to vendors against payment of Rs 10,000 (Rupees Ten
Thousand Only) by demand draft drawn in favor of “Member Secretary (EC), SITEG cum Directory
IT,” payable at Shimla. Bidders can also download the tender document from website of
Department of Information Technology, Himachal Pradesh (www.himachaldit.gov.in). Tender
Document is not transferable to any other bidder.
1.2
CONTENT OF RFP DOCUMENTS
The RFP document is as stated below, and should be read in conjunction with any Addenda issued
in accordance with clause 2.5 (Amendment of RFP Documents) of this Volume and proceedings of
Pre-Bid Meeting issued in accordance with clause 1.5 (Pre-Bid Meeting):
RFP Volume I: Functional & Technical Specifications
Part I of RFP intends to bring out all the details with respect to solution and other requirements
that HPBSE deems necessary to share with the potential bidders. The information set out in this
volume has been broadly categorized as Technical and Functional covering multiple aspects of the
requirements.
RFP Volume II: General & Commercial Specifications
The Bidder is expected to examine all instructions, forms, terms, Board’s requirements and other
information in the RFP documents. Failure to furnish all information required by the RFP
documents or submission of a proposal not substantially responsive to the RFP documents in any
aspect would be at the Bidder’s risk and may result in rejection of its proposal.
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
6
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
1.3
KEY ACTIVITIES AND DATES
The schedule of key activities for the purpose of this RFP is outlined below:
S. No.
Key Activities
Date*
1
Publication of Notice Inviting Tender (NIT)
28/08/2010
2
Last date and time of receiving queries from bidders
13/09/2010 at 4:00 pm
3
Pre-Bid Meeting
16/09/2010 at 11:00 am
4
Release of Corrigendum
20/09/2010 upto 4:00 pm
5
Price of Tender Document
Rs. 10,000/-
6
Earnest Money Deposit
Rs. 5,00,000 /- in the form of
Demand Draft in favor of
Member Secretary (EC), SITEG,
payable at Shimla
7
Last date for submissions of bids
05/10/2010 up to 2:00 pm
8
Opening of Bids
05/10/2010 at 3:00 pm
9
Tender Download Site
http://www.himachaldit.gov.in
* SITEG reserves the right to change any date/time in the above mentioned schedule under
intimation to all concerned
1.4
CLARIFICATION OF RFP DOCUMENTS
a) A prospective bidder requiring any clarification on the RFP documents may notify SITEG in
writing at the SITEG’s address indicated in clause 1.8 of volume II of this RFP. All queries and
clarifications should reach to Member Secretary SITEG, cum Director IT, Department of
Information Technology, Block 24, SDA Complex, Kasumpti, Shimla, 171009, as per section 1.3.
b) SITEG would give clarifications to those bidders whose representatives are present during or
after the pre – bid meeting only. SITEG would prepare and send responses to the queries and
clarifications by the bidders in a consolidated manner. SITEG has the right not to respond to
some or any of the queries at its sole discretion. SITEG will not entertain or respond to
bidders’ queries and clarifications received after pre – bid meeting
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
7
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
1.5
PRE-BID MEETING
a) The SITEG shall organise an Open Forum from 11.00 AM onwards as per section 1.3 (if
necessary the discussion can continue on next working day) in the Conference Hall, O/o
Member Secretary SITEG, cum Director IT, Department of Information Technology, Block 24,
SDA Complex, Kasumpti, Shimla, 171009. The client may incorporate changes in the RFP and
/ or design based on acceptable suggestions received during the interactive Pre Bid Meeting.
The decision of SITEG and HPBSE regarding acceptability of a suggestion (or otherwise) shall
be final in this regard and shall not be called upon to question under any circumstances. The
bidders are requested to submit all questions (in the format given as Annexure VIII) in writing
not later than 4.00 PM as per section 1.3. It may not be possible at the Pre Bid Meeting to
answer questions which are received late. However, prospective bidders are free to raise their
queries during the meeting and responses will be conveyed to all the prospective bidders (by
way of hosting amendments/ clarifications on the website i.e. at http://himachaldit.gov.in) in
accordance with the respective clauses of the RFP.
b) Only those prospective bidders, who will submit the tender fee as mentioned in section 1.1
and register themselves before 11.00 AM with Member Secretary SITEG, cum Director IT,
Department of Information Technology, Block 24, SDA Complex, Kasumpti, Shimla, 171009
section 1.3, shall be permitted to take part in the deliberations during Pre Bid Meeting.
c) Based on the feedback / suggestion from the perspective bidders and DIT, modified RFP
(including list of sections where corrections have been made) will be hosted on the website
i.e. at http://himachaldit.gov.in. . The DIT,HP may also make changes in the RFP on its own,
therefore, Bidders are requested to visit the said website on regular basis for checking
necessary updates.
1.6
PROPOSAL PREPARATION COST
The bidder is responsible for all costs incurred in connection with participation in this process,
including but not limited to, costs incurred in conduct of informative and other diligence activities,
participation in meetings, presentation, preparation of proposal and in providing additional
information required by SITEG. This RFP does not commit the SITEG or HPBSE to award a contract
or to engage in negotiations.
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
8
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
1.7
SITEG’S RIGHT TO TERMINATE
a) SITEG may terminate the RFP process at any time and without assigning any reason. The SITEG
makes no commitment, expressed or implied that this process will result in a business
transaction with anyone.
b) Participation in this RFP does not confer any rights to the bidders. The bidder's participation in
this process may result in SITEG selecting the bidder to engage in further discussions and
negotiations toward execution of a contract. The commencement of such negotiations does
not, however, signify a commitment by SITEG to execute a contract or to continue
negotiations. The SITEG may terminate negotiations at any time without assigning any reason.
1.8
VENUE AND DEADLINE FOR SUBMISSION OF PROPOSAL
Proposals should reach SITEG at the following address.
To
Member Secretary SITEG, cum Director IT,
Department of Information Technology,
Block 24, SDA Complex, Kasumpti,
Shimla - 171009.
Email: ___________________________
Phone: __________________________
In case the proposal is submitted by hand, bidder’s representative(s) shall sign a register
evidencing their attendance.
Last Date & Time of Submission of Proposal: As per section 1.3
1.9
LATE BIDS
Any proposal received by the SITEG after the deadline for submission of proposal prescribed in
Section 1.3 of Volume II of the RFP shall be summarily rejected and returned unopened to the
bidder. No further correspondence on the subject will be entertained.
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
9
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
Whereas, Client may in an exceptional circumstances and at its discretion, extend the deadline for
submission of proposals by issuing an addendum or by intimating all bidders who have been
provided the proposal documents, in writing or by facsimile or by email, in such case all rights and
obligations of the HPBSE project and the bidders previously subject to the original deadline will
thereafter be subject to the deadline as extended.
1.10 BID OPENING
Total transparency will be maintained while opening of proposals. The Client will first check the
Eligibility criteria in the presence of Bidders’ representatives who are authorized to attend the bid
opening meeting as per section 1.3. The Bidder’s representatives who are present shall sign a
register evidencing their attendance. In the event of the specified date of Bid opening being
declared as holiday for the Client, the Bids shall be opened at the appointed time and location on
the next working day. It is, therefore, advised to send a responsible, authorized and senior
representative so that clarifications, if any, can be given on the spot.
Technical Bids of only those Bids shall be opened and evaluated who are found to be eligible as
per the criteria mentioned in section 1.11. In doubtful cases (where further documents or
clarification are required to establish eligibility), the Client in its discretion, may decide to open
Technical Bid. However, such Bids can be rejected subsequently, if it is found that the Bidder has
claimed eligibility on false grounds.
1.11 ELIGIBILITY CRITERIA
S.N
Pre- Qualification Criteria
Required Details
O.
Releva
nt
Page
No
1
Company Registration Number under the Indian Attach
company
Companies Act 1956 – Attested Copy of Certificate registration certificate
of Incorporation. The Prime Bidder including all for each of bidder(s)
members of consortium* must provide details of
incorporation details of the company.
2
The Prime Bidder should have annual turnover of Audited Balance Sheet
min. Rs 25 Crores for each of last three financial
years (from similar activities) i.e. for year 2006-07,
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
10
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
S.N
Pre- Qualification Criteria
Required Details
Releva
O.
nt
Page
No
2007-08 and 2008-09.
3
4
The Prime Bidder should have been making profit Profit and Loss Account
for last two years i.e. 2007-08 and 2008-09
Statement
OEM Authorization1 by the name of Prime Bidder
Authorization
from
letter
OEM
should
(Bidder
submit
and
undertaking
from
OEM(s)
that
bidder
should
deliver
the
scope of services as
mentioned
in
this
document
for
the
required duration that
is years)
5
The bidder/ Consortium should have satisfactorily Attach relevant work
completed
orders and completion
i) Two software development works of similar certificates
for
the
nature each of value not less than Rs 50 lakh in projects
Central/State
Govternment
,
Public
Sector
Undertaking/Educational Establishments during
last five years
ii) Two hardware/facility management order of
similar nature each of value not less than 3 Crore
or one hardware/facility management order of
similar nature of value not less than 6 Crore in
Central/State
Govt.,
Public
Sector
Undertaking/Educational Establishment during last
five years
iii) Minimum three training work of similar nature
each of value not less than 3 lakh in Central/State
Govt., Public Sector Undertaking/ during last five
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
11
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
S.N
Pre- Qualification Criteria
Required Details
O.
Releva
nt
Page
No
years
6
The Prime Bidder should have SEI CMMI Level III or Attach certificates
better quality certification
7
The Prime Bidder should have direct authorization Copy
of
Audited
from the Original Equipment Manufacturers (OEM) balance Sheet
for selling and supporting the components offered
under
this
project.
Also
the
OEM
under
consideration should meet the below criteria:
Sr.
ITEMS
Average turnover of the
Principal H/W Company
during last 3years for
respective items
1
Servers,
Rs 500 Crores 2009-2010
Desktop
(Out of which 50% of it
Computers
should be from Indian
Operations)
2
Power
Rs 20 Crore
Supplies
(UPS)
3
Printers
Rs 25 Crore
4
Network
Rs 25 Crore
Equipments
8
The Prime Bidder must have had at least 50 Declaration from Head
employees only for Application Development on HR
rolls over each of the last three years (as on March
31 2008, 2009 and 2010)
9
The Prime Bidder should not be blacklisted with Submit an undertaking.
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
12
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
S.N
Pre- Qualification Criteria
Required Details
Releva
O.
nt
Page
No
any state government or central government
10
The Bidder should have deposited the cost of Yes/ No
Tender Document
11
The Prime Bidder or one of the members of the In case Prime bidder or
consortium
should
Himachal.
have
local
presence
in consortium member is
not having an office in
Himachal, they have to
provide
undertaking
for the opening of
office in Himachal.
12
In case of consortium all consortium partners Memorandum
of
should submit the Memorandum of Understanding Understanding
(MOU) for this project
*Note: a) The number of partners in the consortium should be maximum of three. However, if
any member shall be deleted or withdrawn after submission of Bid, the evaluation shall no longer
be valid. In this situation, SITEG reserves the right to disqualify the consortium or re-evaluate. No
new member is to be included in the consortium after submission of Bid
b) Incase of consortium, applicant consortia shall have a valid Memorandum of Understanding
(MoU) among all the members signed by the Chief Executives/ Authorized Signatories of the
companies dated prior to the submission of the bid. The MoU shall clearly specify the stake of
each member and outline the roles and responsibilities of each member. The MoU should be
exclusively for this project and each member of the consortium shall be responsible in case of
failure by any member.
c) In case of consortium, all members should nominate a mutually acceptable Prime Bidder. To the
SITEG, the Prime Bidder will be single point of contact. The Prime Bidder will have to accept
responsibility for all the liabilities and issues relating to this contract and execute issues relating
to this contract.
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
13
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
2
2.1
PROPOSAL INSTRUCT IONS AND CONDITIONS
BID SUBMISSION FORMAT
a) The bidder shall submit the bid in a sealed cover envelope consisting of two (2) copies of all
the bid documents. The name of the project, the bidder’s name and address, and the name of
the primary and secondary contact person should be provided on the right hand side of sealed
Proposal and must be received at the address mentioned in Section 1.8 by 15:00 Hrs. as per
section 1.3
Copies of the bids (both in Original and Duplicate) must consist of the following:
i. Eligibility Criteria checklist along with the supporting documents as defined in Section
1.11
ii. Technical Proposal, including a softcopy on CD-ROM: In a sealed cover super scribing on
the right hand side top of the cover as “Technical Proposal” with covering letter format
defined in Annexure I
iii. Commercial Proposal: In a sealed cover super scribing on the right hand side top of the
cover as “Commercial Proposal” with covering letter format defined in Annexure II
b) SITEG will not accept delivery of proposal by fax or e-mail. Proposals received in such manner
shall be treated as defective, invalid and rejected.
2.2
DOCUMENTS COMPRISING THE PROPOSAL
The proposal submitted by the bidder shall comprise the following documents:
a) Technical Proposal including all the technical information asked for in Section 2.3 of Volume II
of the RFP document, dully filled in along with all attachments/schedules duly completed and
signed by the bidder.
b) The bidder’s Commercial Proposal as per the details provided in section 2.4 of volume II of this
RFP
c) Earnest Money Deposit in the form of Demand Draft as mentioned in section 2.11
d) Any other information that is to be submitted during the course of the proposal process.
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
14
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
2.3
TECHNICAL PROPOSAL FORMAT
The Technical proposal should address the following strictly in the order given below:
1. Printed cover letter, as per template in Annexure I of the RFP Vol II
2. Understanding of the HPBSE operations and their Challenges
3. Understanding of the Scope of the work
4. Approach for implementation of the HPBSE Project
a. Overview of the Proposed Solution that meets the requirements specified in this RFP (all
volumes)
b. Strategy for Implementation of HPBSE Project
5. Implementation methodology, Detailed Project plan, Training plan and Implementation
schedule
6. Data entry, Data Digitization, Data migration and Integration(with existing applications)
Approach
7. Operational methodology
8. Proposed Architectures
i. Overall Architecture
ii. Application Solution Architecture
iii. Mailing and Messaging Solution Architecture
iv. Technical Architecture
v. Security Architecture
vi. Network Architecture
vii. Proposed architecture for Data Center and Backup site
The bidder shall provide details of its plan to address the technology requirements, such as
scalability, availability, performance requirements of the system mentioned in this RFP.
9. Project Plan including
i. Design
ii. Development
iii. Testing
iv. Operations and Maintenance Plan
v. Human Resource Plan
vi. Financial Plan
vii. Plan for other support activities
10. Manpower Deployment plan
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
15
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
i. Project team structure, size and capabilities
ii. A specific description of prior experience and expertise of the resources to be
dedicated for the project.
iii. Resumes of Project Manager and team members responsible for the delivery of
the project during implementation and support period, highlighting their relevant
experiences.
All the resumes of the proposed team should be given only in the format provided in
Annexure V of Vol II of this RFP.
11. Innovative suggestions that the bidder may want to render w.r.t. the approach adopted for
the assignment in the light of their expertise or experience from similar assignments
12. Bill of Material of all components proposed for solution (e.g. software, hardware, connectivity,
infrastructure etc.) as per Annexure III of Vol II of this RFP.
13. Experience with similar activities (in the format provided in Annexure VI of Vol II of this RFP)
14. Quality assurance/process
15. Key Deliverables (along with example deliverables, where possible)
16. Deviations and Exclusions: The bidder shall provide the deviations and exclusions, if any, from
the defined scope of work in the format provided in Annexure VII of Vol II of this RFP.
17. Bidder Undertakings: Bidder’s guarantee for accomplishing the implementation schedules for
completion of key deliverables and providing services as per SLAs.
18. Total Responsibility: Bidder should issue a statement undertaking total responsibility for the
defect free development and operation of the HPBSE Project.
19. Any other information that vendor thinks would be worth mentioning in the proposal.
2.4
COMMERCIAL PROPOSAL FORMAT
The commercial proposal shall include CAPEX and OPEX over the 3 years after Go Live date of the
project, covering the following points;
a) Printed cover letter, as per template in Annexure II of the RFP Vol II
b) Application development cost
c) Cost of integration of existing applications with new application/s (If any)
d) Other component / software (if any) including system software/s
e) Training cost
f) Other license cost
g) Certificate cost (e.g. Digital Certificates)
h) Implementation cost
i)
Maintenance cost
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
16
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
j)
Man-month rate as per qualifications (technical, non technical, operations, senior and
junior resource)
k) Man-month rate for development effort in making functional changes to Software
applications beyond the agreed scope.
The commercial proposal shall be submitted in the format given in the Annexure II of the Volume
II of this RFP.
The bidder shall provide detailed break-up (unit wise) as per Annexure IX, failing which the
proposal may be considered incomplete.
2.5
AMENDMENT OF REQUEST OF PROPOSAL
At any time prior to the deadline for submission of proposals, SITEG may modify, for any reason
deemed necessary, the RFP by amendment notified in writing or by fax or email to all the bidders
who have received this RFP and such amendment shall be binding on them.
2.6
MODIFICATION, SUBSTITUTION AND WITHDRAWAL OF PROPOSAL
No proposal can be withdrawn in the interval between the deadline for submission of proposals
and the expiration of the validity period as specified in section 2.10 of volume II of this RFP.
However, bidder is allowed to withdraw his bid documents till deadline for submission of
proposals as mentioned in this document. After completion of deadline, any modifications and
substitutions in the bid documents shall not be allowed.
2.7
LANGUAGE OF PROPOSAL
The proposal and all correspondence and documents shall be written in English. All proposals and
accompanying documents received within the stipulated time will become the property of the
SITEG and will not be returned. The hardcopy version will be considered as the official proposal.
2.8
CURRENCY OF PROPOSAL AND PAYMENT
The currency of the proposal offer shall be in Indian National Rupees (INR) only.
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
17
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
2.9
BID VALUE
Prices quoted by the Bidder shall be fixed and include all taxes, levies, duties, packing,
transportation etc. Regarding increase in prices at a later stage, no variation in prices will be
allowed under any circumstances. No open-ended / indeterminable or conditional bids shall be
entertained and the same is liable to be rejected straightway. Price quoted in Annexure II
(Commercial Bid Format) will be treated as Bid Price. Prices provided in Annexure IX will be used
for reference only and can be taken in account in case of any variation in quantity
2.10 PERIOD OF VALIDITY OF PROPOSALS
a) The proposals shall be valid for a period of Six (6) months from the date of opening of the
commercial proposal. A proposal valid for a shorter period may be rejected as non-responsive.
b) In exceptional circumstances, at its discretion, SITEG may solicit the bidder’s consent for an
extension of the validity period. The request and responses shall be made in writing.
2.11 EARNEST MONEY DEPOSIT (EMD)
a) Bidders shall submit, along with their Bids, EMD of Rs. 5,00,000/- (Rs. Five Lakh only) , in the
form of Demand Draft from nationalized or scheduled bank in favor of Member Secretary cum
Director IT, SITEG, payable at Shimla. EMD in any other form shall not be entertained.
b) EMD would be refunded to all unsuccessful bidders within 30 days of award of the Project to
successful bidder.
c) EMD of successful bidder will be returned back to successful vendor after submission of
Performance Bank Guarantee.
d) Bid without adequate EMD will be liable for rejection without providing any opportunity to
the bidder concerned.
2.12 FORFEITURE OF EMD
The EMD can be forfeited if a Bidder
•
Withdraws its bid during the period of bid validity specified by the Bidder on the Bid Form
or
•
During the bid process, if a Bidder indulges in any such deliberate act as would jeopardise
or unnecessarily delay the process of bid evaluation and finalisation. The decision of the
client regarding forfeiture of the Bid Security shall be final & shall not be called upon any
question under any circumstances or
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
18
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
•
Violates any of such important conditions of this RFP document or indulges in any such
activity as would jeopardize the interest of the client. The decision of the client regarding
forfeiture of the Bid Security shall be final & shall not be called upon any question under
any circumstances.
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
19
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
3
PROPOSAL EVALUATION
Proposals will be reviewed by a Committee constituted by the SITEG or its designated
representative(s). The SITEG, or such other authority designated by the SITEG, as the case may be,
is also referred to herein as the Evaluation Committee (or “Committee”). The Committee may
comprise of, or receive assistance from, several teams conducting parallel evaluation.
3.1
PROPOSAL OPENING
SITEG would open the proposal, in the presence of authorized representative(s) of the bidder who
choose to attend, at the time, date and location stipulated in the RFP. The maximum number of
authorized representatives allowed to each bidder will not be more than two. The bidder’s
representative(s) shall sign a register evidencing their attendance.
3.2
CLARIFICATION OF PROPOSALS
In the process of examination, evaluation and comparison of proposal, the SITEG may, at its
discretion, ask bidder(s) for clarification of its proposal which the bidder will be obliged to furnish.
3.3
INITIAL DETERMINATION OF COMPLIANCE WITH RFP REQUIREMENTS
The Committee will perform an initial review of all proposals that are submitted on time. After
initial review, the Committee may recommend discontinuing the evaluation of any proposal,
which it considers unacceptable prima facie for any reason such as:
a) The proposal displays that not a reasonable effort is spent to respond to the requirements of
the RFP; or
b) The proposal contains technical deficiencies, such as not all the requirements of the solution
are addressed and proposed solution is not in accordance with the requirements of the SITEG.
3.4
CORRECTION OF ERRORS
a) Bidders are advised to exercise adequate care in quoting the prices. No modification/
correction in quotations will be entertained once the commercial bids are submitted. Even
before submission of the proposal, care should be taken to ensure that any
corrections/overwriting in the proposal are initialed by the person signing the proposal form.
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
20
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
b) Arithmetic errors in proposals will be corrected as follows:
In case of discrepancy between the amounts mentioned in figures and in words, the amount
in words shall prevail.
3.5
SITE VISIT BY SITEG
As part of the evaluation process, SITEG and / or any agency selected by SITEG shall be allowed to
visit and examine/verify the bidder’s system capabilities as defined in the Technical Proposal. The
bidder, if asked by SITEG, shall arrange and facilitate such visit. The cost of such visits to the Sites
shall be at Bidder’s expense.
3.6
EVALUATION PROCEDURE AND CRITERIA
Evaluation of the bids will be done in two stages. The following is the procedure for evaluation.
3.6.1
Evaluation of Technical Bids
The evaluation of the Technical bids will be carried out in the following manner:
a) The bidder’s technical solutions proposed in the bid document will be evaluated as per the
requirements specified in the RFP and bidder is required to provide details on the proposed
solution adopting the evaluation framework given in Annexure IV and information required
under Section 2.3 of Vol. II of this RFP.
b) Proposal Presentations. The Committee may invite each bidder to make a presentation to the
SITEG at a date, time and locations determined by the SITEG. The purpose of such
presentations would be to allow the bidders to present their proposed solutions to the
committee and the key points in their proposals.
c) The Evaluation Committee may undertake oral clarifications from the bidders. The primary
function of clarification in the evaluation process is to clarify ambiguities and uncertainties, if
any, arising out of the evaluation of the bid documents.
d) Depending on the evaluation methodology mentioned in point a, b and c, above each
Technical bid will be assigned a technical score out of a maximum of 100 points.
e) The bidder will be considered as technically qualified Bidder if they achieve:
a. Technical score of 70% or more in total
b. Technical score of 60% in each of respective sections.
Those bidders who can fulfill above mentioned qualifying criteria will qualify for the opening of
the commercial bid. The details of technical evaluation parameters are at Annexure IV.
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
21
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
3.6.2
Evaluation of Commercial Bid
Evaluation Criteria: The Commercial bids of the technically qualified bidders will be evaluated as
per the evaluation criteria mentioned below:
Total Project cost as provided in the Annexure II - Commercial Bid Format
Note: The cost of acquisition includes all statutory taxes, duties and levies.
•
Functional Requirement Specifications as per RFP Volume-I
•
Please refer to Annexure IX for detailed commercial formats, which need to be filled
necessarily
3.6.3
Final Evaluation
For the purpose of Final Evaluation, evaluation committee will evaluate each of the bidder’s
response on the basis of technical and commercial parameters. The weightage of the technical
and commercial parameters will be in the ratio of 60:40. For comparison of the combined
Technical and Price Score of all bidders, following formula will be used:
Total Score(T) = (Technical Score x 0.60) + (LP/FPx100) x 0.40
Where LP is the lowest price offer and FP is the price offer of the bidder being evaluated.
3.6.4
Negotiations, Contract Finalization and Award
The committee shall reserve the right to negotiate with the bidder whose proposal has been
ranked first (Highest value of T quoted by bidders) by the committee on the above mentioned
formula. If SITEG is unable to finalize a service agreement with the bidder ranked first, the SITEG
may proceed to the next ranked bidder, and so on until a contract is awarded. The SITEG
reserves the right to present a contract to the bidder selected for negotiations. A contract will
be awarded to the responsible, responsive bidder whose proposal conforms to the RFP and is, in
the opinion of SITEG, the most advantageous and represents the best value to the project, price
and other factors considered. Evaluations will be based on the proposals and any additional
information requested by the SITEG.
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
22
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
4
4.1
AWARD OF CONTRACT
AWARD CRITERIA
The SITEG will award the Contract to the successful bidder whose proposal has been determined
to be substantially responsive and has been determined as the best value proposal, provided
further that the bidder has demonstrated that it is qualified to perform services required for the
project satisfactorily.
4.2
SITEG’S RIGHT TO ACCEPT OR REJECT ANY OR ALL PROPOSALS
The SITEG reserves the right to accept or reject any proposal, and to annul the RFP process and
reject all proposals at any time prior to award of contract, without incurring any liability to the
affected bidder or bidders or any obligation to inform the affected bidder or bidders of the
grounds for SITEG’s action.
4.3
PURCHASER’S RIGHT TO VARY THE QUANTITY
The Purchaser reserves the right to increase or decrease quantities. Such a variation will
normally not be more than ± 25%. The quantities can be altered without any change in the unit
price or other terms and conditions. The Purchaser may even vary the break up of overall
quantities of an item in view of techno-commercial reasons. The variation in the quantity of
award shall be notified at the time of placing the order.
4.4
NOTIFICATION OF AWARD
Prior to expiry of the validity period or extended validity period, SITEG will notify the successful
bidder in writing that its proposal has been accepted. Upon the successful bidder’s furnishing of
performance bank guarantee contract signing process will take place. In case the successful
bidder is unable to furnish the performance bank guarantee, SITEG may invite the second bidder
in order of total score (T).
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
23
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
4.5
SIGNING OF CONTRACT
Once the SITEG notifies the successful bidder that its proposal has been accepted, SITEG shall
enter into a separate contract, incorporating all agreements (to be discussed and agreed upon
separately) between SITEG and the successful bidder.
4.6
PERFORMANCE SECURITY DEPOSIT
a) The successful bidder shall at its own expense deposit with SITEG, within fifteen (15)
working days of the date of notice of award of the contract, an unconditional and
irrevocable Performance Bank Guarantee (PBG) from a nationalized or scheduled
commercial bank acceptable to SITEG, payable on demand, for the due performance and
fulfillment of the contract by the bidder.
b) The Performance Security Deposit will be as follows:
Schedule to provide PBG
Amount
At the award of contract as described in 15% of the total project cost,
clause 4.5 (a) of this RFP Vol II
finalized for this HPBSE Project
All incidental charges whatsoever such as premium, commission etc. with respect to the
Performance Bank Guarantee shall be borne by the bidder. The PSD shall be valid till 6
months after completion of tenure of appointment.
c) In the event of the bidder being unable to service the contract for whatever reason, SITEG
would invoke the PBG. Notwithstanding and without prejudice to any rights whatsoever of
SITEG under the contract in the matter, the proceeds of the PBG shall be payable to SITEG as
compensation for the bidder’s failure to perform/comply with its obligations under the
contract. SITEG shall notify the bidder in writing of the exercise of its right to receive such
compensation, indicating the contractual obligation(s) for which the bidder is in default.
d) Before invoking the PBG, the vendor will be given an opportunity to represent before SITEG.
The decision of SITEG on the representation given by the vendor shall be final and binding.
If circumstances so warrant, the matter may be referred to an arbitrator to be appointed by
SITEG with mutual consent.
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
24
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
4.7
MAINTENANCE AND SUPPORT DURING CONTRACT PERIOD
a. Bidder shall provide complete support and maintenance support to SITEG for HPBSE
solution components as outlined in this RFP for a period of 3 Years (Three Years) from the
date of “go-live”.
b. The above support shall include a free of cost support and maintenance for duration of 3
Years from date of “go-live”
c. The bidder further warrants that the goods supplied under this contract shall have no
defects arising from design, materials or workmanship.
d. SITEG shall promptly notify successful bidder in writing of any claims arising under this
support and maintenance period. Upon receipt of such notice, the bidder shall, within the
support and maintenance period and with all reasonable speed, repair or replace the
defective systems, without costs to SITEG and within time specified and acceptable to SITEG.
e. If the successful bidder, having been notified, fails to remedy the defect(s) within the period
specified in the contract, SITEG may proceed to take such reasonable remedial action as
may be necessary, at the successful bidder's risk and expense and without prejudice to any
other rights, which SITEG may have against the bidder under the contract.
f.
During the support and maintenance period, the successful bidder will provide all product(s)
and documentation updates, patches/ fixes, and version upgrades within 15 days of their
availability and should carry out installation and make operational the same at no additional
cost to SITEG. The bidder should also ensure the updation of software in terms of any
amendments required, updation of rules or any other process / procedural changes.
4.8
CHANGE ORDERS
If the HPBSE requires that any activity/activities, which is not provided for under the "Scope of
work” in the Bid document and the competent authority is convinced that the same can't be
considered to be deemed to be covered under the scope of work as mentioned in the Bid
document, need to be developed, then the SITEG or HPBSE may ask the software vendor to
work out the requirement of effect in the form of '' Man Weeks'' for the same. The SITEG or
HPBSE after assessing the quantum of work will determine the requirement of man weeks. If the
vendor agrees with the decision of the SITEG or HPBSE, he will proceed to execute the work. The
payment will be made for such deployment on the basis of rates quoted in the Price Schedule
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
25
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
Annexure IX of the Bid document. The total value of such additional work will be limited to 20%
of total value of the contract value
4.9
PENALTY AND LIQUIDATED DAMAGES
a. Penalty:
In case SLA (Detailed in Section 7) is not met as required by this RFP, respective penalty would
be imposed by deducting a certain amount as applicable from the payment due to
implementation vendor for the respective deliverable or period as per the scheme suggested in
this RFP.
Penalty Chart
S.
Parameter
Penalty
No.
1. Credit total of quarter (as mentioned in section 7 of 5% of Quarterly Payment
Vol II of this RFP) is <=95%
2. 90 <= Credit total of quarter (as mentioned in section 7% of Quarterly Payment
7 of Vol II of this RFP) <95%
3. 85 <= Credit total of quarter (as mentioned in section 10% of Quarterly Payment
7 of Vol II of this RFP) <90%
4. Credit total of quarter (as mentioned in section 7 of 15% of Quarterly Payment
Vol II of this RFP) <85%
In case of continuous unsatisfied performance of vendor, SITEG reserves rights for termination
of contract.
Bidder shall provide the Services as mentioned in implementation plan in section 14 in RFP Vol I
. The Operational Service Date for commencement of Services for the locations of the Client
shall be mutually agreed between the parties in writing and the roll out schedule for such multi
locations can be appended. In case, Services are not provided from the agreed Operational
Service Date for various phases, it will be treated as delay in delivery and shall be penalized @
2% of the gross bid value per week for that phase by competent authority for delay (subject to a
maximum of 20%).
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
26
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
a. Liquidated Damages: If the vendor fails to deliver any or all of the goods or complete the
installation within the schedule specified in this RFP, SITEG shall without prejudice to its
other remedies, deduct as liquidated damage Rs. 2,00,000 (Rupees Two Lac) for every week
of delay. The amount towards Liquidated Damage would be recovered from the amount of
Performance Bank Guarantee/Future payments.
4.10 INDEMNITY
Vendor shall provide indemnity towards any damage, misdemeanor of the Vendor’s employees
or authorized personnel, appointed distributors, agents or subcontractors, to the Client.
Further the Client shall not be responsible for any payments, statutory obligations like insurance
cover, PF, etc., for accident, mishap, handicap and/or death occurring and affecting Service
Providers employees or authorized personnel, appointed distributors, agents or subcontractors
during and after the provision of the Services at the Client premises. Overall services include
periodical inspection, installing, maintaining, replacing and removing defective equipment/
hardware and/or software, as well as to inspect the network, or any other equipment used in
connection with provision of Services at all Offices . Such indemnity/payment, if any, shall be the
complete responsibility of the vendor.
4.11 FAILURE TO AGREE WITH TERMS AND CONDITIONS OF THE RFP
Failure of the successful bidder to agree with the Terms & Conditions of the RFP shall constitute
sufficient grounds for the annulment of the award, in which event SITEG may award the contract
to the next best value bidder or call for new proposals.
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
27
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
5
PAYMENT SCHEDULE
Payment schedule is defined as follows:
Activity
Milestone
No:
Payment
1
HPBSE Solution
1a
SRS Preparation and Sign off for SRS
15% of total payment
1b
Supply of Hardware and other equipments
20% of total payment
1c
Procurement, Testing, installation and User
Acceptance
of
H/W
and
Networking 20% of total payment
Components
1d
User Training and Change Management
5% of total payment as per no of
people trained
1e
On system “Go Live”
1f
Twelve equal quarterly yearly Installments over 30% of total payment
three
years
from
10% of the total payment
the
“Go-Live”
date,
depending upon the quarterly performance
level assessed on the basis of SLAs as defined
in section 7
However, this time frame is indicative and would be finalized mutually between SITEG and the
successful bidder at the time of signing of Agreement.
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
28
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
6
IMPLEMENTATI ON VENDOR A PPOINT MEN T CONDIT IONS
On signing of the contract with SITEG, the successful bidder would be issued a Letter of
Appointment by SITEG to operate as HPBSE Implementation Vendor under the following terms
and conditions:
6.1
CONDITIONS OF APPOINTMENT
a) The tenure of appointment shall be valid for a term of three (3) years, after Go Live date, for
support and maintenance purposes, which is extendable as per mutual agreement between
the selected vendor and SITEG
b) Within fifteen days from the date of award of the contract, the HPBSE Implementation
Vendor will deposit Performance Bank Guarantee as defined above in the clause 4.5 of this
RFP Vol II.
c) The tenure of appointment of the HPBSE Implementation Vendor will end if :i. HPBSE Implementation Vendor contravenes the conditions/clauses as specified in the
contract with SITEG; or
ii. At the end of the tenure as specified in the Letter of Appointment
d) The grounds for termination of HPBSE Implementation Vendor, as well as the treatment of
the transfer of regulated assets and system management and knowledge base under the
above two conditions are described in the subsequent Section 6.2, 6.3 , 6.4 and 6.5.
6.2
INTELLECTUAL PROPERTY RIGHTS
Facility and Software
Software for HPBSE is going to be a custom design from Architectural, Design, Development and
Configuration point of view. The IPR relating to Software and other materials related to project
and its operation will be owned by HPBSE.
All rights related to Documentation, software, licenses and other materials used during the
project reserved with HPBSE only.
Violation of IPR
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
29
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
The software vendor will ensure that there is no violation of intellectual property rights, in any
form, during execution of this project.
The software vendor shall indemnify the State Government from all actions, costs, claims,
demands, expenses & liabilities, whatsoever, resulting from any actual or alleged infringement
as aforesaid and at the expenses of the Software Vendor, the HPBSE shall be defended in the
defence of any proceedings which may be brought in that connection.
6.3
TERMINATION OF CONTRACT WITH HPBSE IMPLEMENTATION VENDOR
a) No order of suspension or termination of HPBSE implementation vendor would be issued by
the SITEG, except after conducting an enquiry by an officer of the SITEG, authorized in this
regard.
b) The grounds for suspension / termination of HPBSE implementation vendor may include inter
alia
i. Contravention of the conditions/clauses as would be specified in the Contract/Letter
of Appointment.
ii. Inability to perform the duties and requirements as would be specified in the contract.
6.4
TRANSFER OF ASSETS AND SYSTEM MANAGEMENT AND KNOWLEDGE BASE
Transfer of assets and systems management and knowledge base in case of suspension /
termination of HPBSE Implementation Vendor:
a) In case of termination, HPBSE Implementation Vendor shall be directed by SITEG to continue
specific services and obligation and also to
maintain all
regulated assets including
database, system software and hardware, documents or any other relevant material that
may be in its custody or control, relating to its activities as HPBSE Implementation Vendor
till the time required by SITEG.
b) In case of termination, the HPBSE Implementation Vendor shall, with immediate effect be
subject to the directions of the SITEG. In this situation, SITEG may direct HPBSE
Implementation Vendor to continue discharging its role and responsibilities in the transition
phase, and/or appoint an administrator to take over the regulated assets and the
management of HPBSE Implementation Vendor functions and/or appoint any agency to
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
30
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
take over the regulated assets and the management of the HPBSE Implementation Vendor
functions, and/or appoint a successor HPBSE Implementation Vendor and:
i. Transfer all or part of the regulated assets and the management of the HPBSE
Implementation Vendor functions to the new HPBSE Implementation Vendor, and/or
ii. Determine the residual value of the regulated assets based on guidelines or fair value
as determined by SITEG, or
iii. Ensure smooth transfer of regulated assets both tangible and intangible to the new
HPBSE Implementation Vendor.
6.5
PROCESS FOR TRANSFER OF ASSETS IN CASE OF END OF TENURE
The treatment of the regulated assets at the end of HPBSE Implementation Vendor’s tenure:
i. The HPBSE Implementation Vendor’s developed software applications with source
code will be transferred at zero cost to the new HPBSE Implementation Vendor /
SITEG. Any third party software specific to the solution shall also be transferred at
zero cost to the new HPBSE Implementation Vendor /SITEG
ii. Databases will be transferred to the new HPBSE Implementation Vendor / SITEG at
zero cost
6.6
RESOLUTION OF DISPUTES
i. SITEG and the HPBSE implementation vendor shall make every effort to resolve
amicably by direct informal negotiation any disagreement or dispute arising between
them under or in connection with the Contract.
ii. In the event of any dispute or differences or objection whatsoever arises in any way in
connection with or arising out of this instrument of the meaning of or operation by
either party, then save in so far the decision of any such matter including whether its
decision has been otherwise provided for and/or whether it has been finally decided
accordingly or whether contract should be terminated or has been rightly terminated
in whole or in part and as regards the rights and obligations of the party as the result
of such termination, shall be referred for arbitration to mutually accepted
Arbitrator(s) and his/her decision shall be final and binding on both the parties. Such
arbitration proceedings shall be in accordance with the Indian Arbitration and
Conciliation Act of 1996.
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
31
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
iii. It is an express condition of the agreement that no suit in regard to any matter
whatsoever arising out of this agreement shall be instituted, in any Court case a court
of competent jurisdiction at Shimla (under territorial jurisdiction of High Court of
Himachal Pradesh).
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
32
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
7
SERVICE LEVEL AGREEMENT
Baseline
S.N.
Service metric parameters
Metric
Points
Lower Performance
Breach
Metric
Metric
Points
Basis of
Points
Measurement
Service Related
Average
1.
Portal
page
opening/ loading time
Measured
< 5 sec.
10
5 to 10 sec.
7
> 10 sec.
-10
speed.
< 5 sec.
10
5 to 10 sec.
7
> 10 sec.
-10
Server logs
< 5 sec.
10
5 to 10sec.
7
> 10 sec.
-10
Server logs
over
128
kbps
over
128
kbps
Average response time for
Custom
2.
built
Enterprise
application
Average response time for
retrieval
3.
of
information
from server
Average archived / History
4.
data opening / loading time
Measured
< 7 sec
10
7 to 12 sec.
>=99
5.
Availability of Servers
>=99.9
10
Availability of rest of the
> 12 sec.
-10
speed.
7
> 99
-10
Measured by Server Logs
to
<99.9
>=98
7
to
Measured
by
server
6
hardware
>=99.5
5
<99.5
3
>=98
-5
complaint register etc.
7.
Manpower availability
>=99%
10
95 to 99%
7
<95%
-10
Attendance
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
33
logs/
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
Baseline
S.N.
Service metric parameters
Lower Performance
Breach
Basis of
Metric
Points
Metric
Points
Metric
Points
Measurement
Help Desk Services Related
1.
Critical priority Incidents
Immediate
15
T*+2 hrs
10
>T + 2 hrs
-15
Feedback and log details
2.
Medium priority incidents
Within 2 hrs
10
>2 T <=4
7
>T + 4 hrs
-10
Feedback and log details
3.
Low priority incident
Within 24 hrs
10
T + 24 Day
7
>T + 24 hrs
-10
Feedback and log details
Total
100
69
-100
Important Note:
1. T – Time of call logged by user and
2. Vendor would provide tool based monitoring and online system of reporting. The tools should have the capability so that the client can
log in anytime, without the knowledge of vendor, to see the status. At the same time vendor would provide online helpdesk for users to
log the calls.
3. This is part list of SLAs and final list of SLAs will be defined at the time of signing contract between SITEG and selected vendor
4. All points assigned to Implementation Vendor’s account in a particular quarter will be computed as per the matrix given above and will
then be accumulated to arrive at final score for a particular quarter. This score will be divided by 100 to arrive at the percentage (%) on
basis of which penalty will be calculated as per section 4.8. Illustration: If the vendor is able to achieve all the baseline performance
levels in a quarter he will have a credit score of 100 for that particular quarter and hence he will be eligible for full quarterly payment.
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
34
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
7.1
Testing and User Acceptance
SITEG will undertake or may assign third party exercise of Testing and User Acceptance of the
HPBSE solution as soon as the Implementation Vendor declares the system to be ready for the
exercise, based on details as mentioned in this RFP Vol I and II
7.2
Acceptance Criteria
General
1.
The primary goal of Testing & Acceptance would be to ensure that the project
meets requirements, standards, specifications and performance prescribed by the
RFP by ensuring that the following are associated with clear, quantifiable metrics for
accountability in pursuant with RFP Vol I and II:
i. Functional Requirements
ii. Availability
iii. Performance
iv. Security
v. Manageability
vi. Standards and Protocols
2.
The project is to be designed to meet all functional, non-functional and
management requirements as mentioned in the RFP.
3.
The system should be scalable to meet the future requirements of HPBSE and build
upon for integration with new technologies
Functional Requirement Specifications
The detailed functional requirements of each component of HPBSE solution have been provided
in Volume I of the RFP, together with respective deliverables and a set of standards, wherever
applicable.
Performance
1.
Performance is that aspect of service, which is measured in terms of throughput and
latency. Higher throughput and lower latency values represent good performance of
a service. Throughput represents the number of service requests served. Latency is
the round-trip time between sending a request and receiving the response.
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
35
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
2.
This test process will include the following activities:
i. Determination of performance metrics
ii. Designing performance tests
iii. Development of workload
iv. Performance testing
v. Identification of bottlenecks and providing solutions
vi. Determining final performance figures.
vii. Communication of final results to all stakeholders
3.
Final output of this process would be a sizing guide for the solution tested. The
sizing guide will document the details of the performance tests, test data,
bottlenecks identified, alternate solutions provided, and the final performance data.
Availability
1.
System Availability is a key requirement. The project must provide employees with
timely, continuous access to information - all day, every day (24X7). The project
must also be able to rebound or recover from any planned or unplanned system
downtime, ensuring a minimal impact on the operations.
2.
Availability is the quality aspect of whether the service is present or ready for
immediate use. Availability represents the probability that a service is available.
Larger values represent that the service is always ready to use while smaller values
indicate unpredictability of whether the service will be available at a particular time.
3.
Also associated with availability is time-to-repair (TTR). TTR represents the time it
takes to repair a service that has failed. Ideally smaller values of TTR are desirable.
4.
The availability test would include the following activities
i. Designing test for high availability testing
ii. Execution of high-availability tests
iii. Assessment of transaction/data losses in relation to Disaster
iv. Recovery system
v. Communication of final results to all stakeholders
Note: - It is expected that vendor would maintain an average availability/uptime of 99% of all
components included but not restricted to application software etc. Vendor would also propose
a detailed SLA strategy and monitoring mechanism.
Security
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
36
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
1.
Security is the aspect of the service of providing confidentiality and non-repudiation
by authenticating the parties involved, encrypting messages, and providing access
control. The applications can have different approaches and levels of providing
security, depending on the service requester.
2.
Security Process will include
i. Audit of Application security mechanisms
ii. Assessment
of
authentication
mechanism
provided
in
the
application/components/modules
iii. Assessment of data encryption mechanism
iv. Assessment of data access privileges, retention periods and archival
mechanisms
Final outcome of this process would be a comprehensive audit report including all the Network,
Server and Application security features incorporated in this HPBSE project.
Manageability
Manageability needs to be a crucial aspect of an Enterprise Solution. Implementation Vendor
has to ensure that the solution deployed has adequate monitoring and tracking features for
measuring the utilization and availability of resources. This includes:
1.
Remote monitoring of Status and Statistics of all high-level components
2.
Management capability to start/stop/restart services and systems
3.
Auto discovery of all components manageable
4.
Auto discovery of all other system components
5.
Ability to track changes in configuration of the system components to help track
service
6.
7.3
System disruptions
Support Requirements
The vendor shall be responsible for the maintenance of the HPBSE solution, which includes
application solution management and support in IT Infrastructure management including
security management etc. Following includes but not limited to the various activities to be
performed by the vendor during the maintenance of the solution.
A. Application Solution Management
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
37
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
1.
The vendor provides warranty and support for HPBSE solution for the duration of 3
years, commencing from the date when the system goes “live” i.e. ('go-live' +
3Years). The warranty should include that the solution supplied under this Contract
shall have no defect arising from design or workmanship or from any act or omission
of the successful vendor that may develop under normal use of the supplied
solution.
2.
This warranty should also cover adapting the software for any additional
requirement that might come to the notice of SITEG at the time of actual use of the
software.
3.
During the warranty period, vendor shall be completely responsible for defect free
functionality of the application software and shall resolve any solution related issues
including bug fixing etc with in duration agreed between SITEG and the vendor.
4.
Vendor shall provide the latest updates, patches/ fixes, version upgrades relevant
for the HPBSE solution components.
5.
Vendor shall be responsible for software version management, software
documentation management reflecting current features and functionality of the
solution.
B. Infrastructure Management
This includes the design of an appropriate System Administration policy with precise definition
of duties and adequate segregation of responsibilities and obtaining the approval for the same
from SITEG. Support in System Administration includes the following activities in pursuant with
RFP Vol I and II:
1.
Support in Overall management and administration of infrastructure solution
including servers, networking & security components, storage solution etc.
2.
Performance tuning of the system as may be needed to comply with SLA
requirements on a continuous basis.
3.
Security management including monitoring security and intrusions into the solution.
4.
Monitor and track server and network performance and take corrective actions to
optimize the performance on a daily basis.
5.
System administration tasks such as managing the access control system, creating
and managing users etc
6.
Attend to SITEG's user request for assistance related to usage and management of
the HPBSE solution.
C. Information Security in pursuant with RFP Vol I and II
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
38
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
1.
The Vendor is responsible for implementing measures to ensure the overall security
of the solution and confidentiality of the data. The Vendor shall monitor production
systems for events or activities, which might compromise (fraudulently or
accidentally) the confidentiality, integrity or availability of the Services. This
monitoring shall be through the security controls including:
i. Real-time intrusion detection tools
ii. Audit review tools
iii. Manual processes
2.
Vendor shall develop a detailed security policy for the solution implementation &
maintenance. The security policy developed by the Vendor shall be updated to keep
the security recommendations current and the same shall be implemented for the
solution
3.
The Vendor with the co-operation of appropriate, appointed representatives of
SITEG and the participating departments will manage the response process to
security incidents. The incident response process will seek to limit damage and may
include the investigation of the incident and notification of the appropriate
authorities. A summary of all security incidents shall be made available to SITEG on a
weekly basis. Significant security incidents will be reported on a more immediate
basis
4.
The Vendor shall produce and maintain system audit logs on the system for a period
agreed between the Vendor and SITEG, at which point they will be archived and
stored at off-site or as desired by SITEG. The Vendor will regularly review the audit
logs for relevant security exceptions
D. Project Management
The HPBSE project is a multi-departmental initiative, its implementation is complex and can go
out of control unless all the stakeholders, especially the vendor designs and implements a
comprehensive and effective project management methodology. The following requirements
are therefore prescribed in this regard:
1.
Work Program
The vendor should design a detailed Project Plan, which should include the following
components:
i. Project Organization and Management Plan
ii. Software Development Plan
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
39
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
iii. Delivery and Installation Plan
iv. Testing Plan and Methodology
v. Training Plan, Methodology and Training Details
vi. Change Management Plan
vii. Any other relevant items related to Program Development
2.
Program Implementation
a.
The vendor shall:
i. Assume responsibility of managing and monitoring the project as per
the Indicative Time Schedule specified in this RFP, under the agency
assigned by SITEG as Program Manager for the project
ii. Monitor the progress of Change Management plan and data migrations
as given out in the RFP in order to enable smooth transition to the new
system
iii. The vendor shall submit following reports to the Program Manager
agency:
Monthly progress reports, summarizing:
1. Results accomplished during the period
2. Cumulative deviations till date from schedule of progress on
milestones as specified in RFP
3. Corrective actions to be taken to return to planned schedule of
progress
4. Proposed revisions to planned schedule
5. Other issues, outstanding problems and action proposed to be
taken
b.
Interventions which the implementation Vendor expects to be made by the
Program Manager and the actions to be taken before the next reporting
period
c.
7.4
Test results of training
Documentation Requirements
The implementation vendor is required to submit all documents, related with the solution, as
mentioned in this RFP Vol I and II
7.5
Handover Clause
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
40
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
a.
At the end of the specified tenure, SITEG may exercise its option to renew the
Managed IT services with the existing implementation vendor or decide to
undertake these activities on its own
b.
If Handover is required to SITEG / any other vendor at the end of the existing
Managed IT services or otherwise, the Implementation vendor would be responsible
for handing over the complete know-how, documentation records, software logs,
source codes and all such relevant items that may be necessary for the transition
process.
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
41
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
AANNNNEEXXUURREESS
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
42
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
Annexure I
Technical Proposal Letter
[Date]
Member Secretary SITEG, cum Director IT,
Department of Information Technology,
Block No. 24, SDA Complex
Kasumpti
Shimla - 171009
Dear Sir,
Ref: Request for Proposal (RFP): Selection of Software Development Vendor for Himachal
Pradesh Board of School Education (HPBSE).
Having examined the RFP documents, the receipt of which is hereby duly acknowledged, we, the
undersigned, offer to provide the services as required and outlined in the RFP for HPBSE
Implementation Vendor.
We attach hereto our response to the RFP document, which constitutes our proposal for being
considered for appointment as the HPBSE Implementation Vendor.
We undertake, if our proposal is accepted, to adhere to the Project Schedule put forward in the
RFP or such adjusted plan as may subsequently be mutually agreed between us and SITEG or its
appointed representatives.
If our proposal is accepted, we will submit a Performance Bank Guarantee in the format given in
the RFP document issued by a Nationalized/ Scheduled bank in India, acceptable to SITEG, as per
the details specified in the RFP documents for due performance of the contract.
We agree to unconditional acceptance of all the terms and conditions set out in the SITEG
documents.
We confirm that the information contained in this proposal or any part thereof, including its
exhibits, schedules, and other documents and instruments delivered or to be delivered to the
SITEG is true, accurate, and complete. This proposal includes all information necessary to ensure
that the statements therein do not in whole or in part mislead SITEG as to any material fact.”
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
43
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
It is hereby confirmed that I/We are entitled to act on behalf of our corporation/company/
firm/organization and empowered to sign this document as well as such other documents,
which may be required in this connection.
Dated this
Day of
(Signature)
2010
(In the capacity of)
Duly authorized to sign the RFP Response for and behalf of:
(Name and Address of Company)
(Seal/Stamp of bidder)
Witness Signature:
Witness Name:
Witness Address:
CERTIFICATE AS TO AUTHORIZED SIGNATORIES
I, certify that I am
Secretary
of
the
…………………………………,
and
that……………………………….who signed the above bid is authorized to bind the corporation by
authoring of its governing body.
Date
(Seal here)
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
44
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
Annexure II
Commercial Proposal Letter
Member Secretary SITEG, cum Director IT,
Department of Information Technology,
Block No. 24, SDA Complex
Kasumpti
Shimla - 171009
Dear Sir,
Ref: Request for Proposal (RFP): Selection of Software Development Vendor for Himachal
Pradesh Board of School Education (HPBSE).
Having examined the RFP documents, the receipt of which is hereby duly acknowledged, we, the
undersigned, offer to provide the services as required and outlined in the RFP for appointment
of HPBSE Solution Vendor for SITEG.
We attach hereto our response as required by the RFP documents, which constitutes our
commercial proposal. As per our commercial proposal, the total cost of the project is INR
…………..
We undertake, if our proposal is accepted, to adhere to the Project Schedule put forward in the
RFP or such adjusted plan as may subsequently be mutually agreed between us and SITEG or its
appointed representatives.
If our proposal is accepted, we will obtain a Performance Bank Guarantee in the format given in
the RFP document issued by a Scheduled Commercial Bank in India, acceptable to SITEG, for a
sum equivalent to 15% (Fifteen percent) of the total HPBSE project cost as per the contract
signed between SITEG and the selected vendor.
We agree for unconditional acceptance of all the terms and conditions set out in the tender
document.
We confirm that the information contained in this proposal or any part thereof, including its
exhibits, schedules, and other documents and instruments delivered or to be delivered to the
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
45
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
SITEG is true, accurate, and complete. This proposal includes all information necessary to ensure
that the statements therein do not in whole or in part mislead SITEG as to any material fact.”
It is hereby confirmed that I/We are entitled to act on behalf of our corporation/company/
firm/organization and empowered to sign this document as well as such other documents,
which may be required in this connection.
Dated this
Day of
(Signature)
2010
(In the capacity of)
Duly authorized to sign the RFP response for and behalf of:
(Name and Address of Company)
(Seal/Stamp of bidder)
Witness Signature:
Witness Name:
Witness Address:
CERTIFICATE AS TO AUTHORIZED SIGNATORIES
I, certify that I am
Secretary
of
the
…………………………………,
and
that……………………………….who signed the above bid is authorized to bind the corporation by
authoring of its governing body.
(Secretary)
Date
(Seal here)
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
46
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
Annexure III
Bill of Material
Note : This BOM is Minimum, Bidder need to optimize this in order to meet SLAs
SN
Components
QTY
Make & Model
Hardware Components
1.
Database Server (DIT, Shimla)
2
2.
Application Server (DIT, Shimla)
2
3.
ECM Server (DIT, Shimla)
2
4.
Management Server (DIT, Shimla)
2
5.
Web Server (DIT, Shimla)
2
6.
Backup Server (HPBSE, Dharmshala)
1
7.
SAN (4 TB) (HPBSE, Dharmshala)
1
8.
SAN Switch (HPBSE, Dharmshala)
2
9.
Link Load Balancers (DIT, Shimla)
1
10.
Server Load Balancer (DIT, Shimla)
1
11.
Core Switch (HPBSE, Dharmshala)
1
12.
2
13.
Tape Library (Please read the points 6 & 7
below)
WAN (HPBSE, Dharmshala)
14.
Database Encryption Hardware Device
1
15.
Rack – 42 U (HPBSE, Dharmshala)
2
16.
Desktops for persons at Backup Site (HPBSE,
Dharmshala)
Printers for persons at Backup Site (HPBSE,
Dharmshala)
Scanners for persons at Backup Site (HPBSE,
Dharmshala)
Scanners for Examination Cell (HPBSE,
Dharmshala)
System Software
2
17.
18.
19.
20.
Operating Systems for Servers
21.
USB Digital Signature + OTP Tokens
1
2
2
3
As required
400
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
47
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
22.
EMS including Backup Software
23.
Enterprise Content Management System
24.
Database Server
25.
Application and Portal Server
1 set
As per the
solution
proposed by
vendor
As per the
solution
proposed by
vendor
As per the
solution
proposed by
vendor
Should provide the
details including
licenses
Should provide the
details including
licenses
Should provide the
details including
licenses
Office Equipments
26.
Laptops
3
27.
Desktops
65
28.
Latest MS – Office
22
29.
260
31.
17” Wide TFT Monitor, PS2 Multimedia
Keyboard, PS2 Mouse
N-Computing devices for connecting 5
monitors, 5 Keyboards & 5 mouse
UPS For Desktops (1 KVA)
32.
Bio Metric Device
2
33.
Printers
20
34.
LAN Switch 24 Port
15
35.
LAN Switch 8 Port
20
36.
UPS 5 KVA
1
30.
55
65
Site Preparation for back up site
37.
Power Cabling and Power Points
1
38.
Electrical Distribution System
1
39.
10 KVA UPS
2
40.
AC 2 Ton (With Stabilizer)
2
41.
CCTV Based surveillance System
1
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
48
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
42.
Fire & Smoke Detection and Alarm System
1
43.
Automatic Fire Suppression system
1
44.
Pest & Rodent Repellent System
1
45.
Access Control System
1
46.
30 KVA DG Set
1
47.
Civil Works and interiors including LAN
1
Networking
48.
Networking
As per actual
Application Software
49.
Application Software for HPBSE
50.
Any other components
1
Note:
1. Vendor should provide all relevant details for each of the product proposed as per Bill of
Materials
2. Vendor needs to mention all the components that it proposes to be used for this
assignment.
3. Vendor needs to specifically mention all components proposed to be used/procured specific
to the HPBSE Implementation.
4. In case of procurement of licenses by vendor for specific use of this project, then they
should be procured by the name of SITEG only.
5. Vendor should provide the details of all the licenses (RDBMS, application server, operating
server etc.).
6. DIT Shimla has existing 6TB SAN Storage. SAN requirement are mentioned in the RFP are
for Dharamshala Site. One more tape library is required for DIT, Shimla.
7. As mentioned above there is existing SAN Setup at Shimla. As HP Education is looking for a
replication solution which can work well for Heterogeneous Storages. Replication Solution
should not overload Server Host CPU/Memory Resources.
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
49
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
Annexure IV
Technical Evaluation Criteria
The vendor is expected to explain the methodology through which he will address the technical
requirements to meet the expected performance requirements as specified in RFP Vol I and II.
The vendor shall list down the sub requirement within each parameter depicted in the left
vertical pane of the following table (Technical Evaluation Criteria) against each technology
component. In the Reference column the vendor shall give a reference (page no.) to the place in
the proposal where he has dealt with that issue.
The bidder may use one architecture diagram to address more than one evaluation parameters
Technical Evaluation Criteria
S. No. Parameters
Maximu Evaluation
m Points Criteria
Minimum
Reference
Qualifying
Score/Suppor
ting
A
Organizational Capability-
40
(a)
Project Value of Similar Nature i.e.
8
>=6 Crore – 8 Work order
points
and
>=4 Crore to Experience
6 Crore – 6 certificate
points
>=2 Crore to
4 Crore - 4
points
>=1 Crore to
2 Crore – 2
points
8
2 points for Work order
each
and
successfully Experience
completed
certificate
project – up
to 4 projects
2
0.5 points for Work order
each
and
successfully Experience
completed
certificate
project – up
to 4 projects
covering all four components :
a) Software Development
b) Hardware
Installation,
maintenance and support
c) Facility
Management
Services
d) Training to Employees of
organization
(b)
Implementation of Education Board /
Examination Management Solution
for
any
Government/private
institutions.
(c )
Experience in implementing Double
Entry
System
transactions
for
Financial
24 out of 40
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
50
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
S. No. Parameters
(d)
Experience of Implementing web
Maximu Evaluation
m Points Criteria
Minimum
Reference
Qualifying
Score/Suppor
ting
2
0.5 points for Work order
each
and
successfully Experience
completed
certificate
project – up
to 4 projects
portal for Government organizations
(e)
Number of Projects implemented
with LAN nodes including software
development
6
>=500
LAN Self certified
Nodes = 6 document
points
>=300
to
<500
LAN
nodes = 4
points
>=100
to
<300
LAN
nodes=
2
points
(f)
Number of projects having facility
management activities for duration
of 3 years
6
>=5 Projects = Work order
6 points
including
>=3 Projects scope of work
to >5 Projects
= 4 points
>3 Projects =
2 points
(g)
Experience in providing training to
200 employees under single IT
implementation project
4
1 point for Work order
each
and
successfully Experience
completed
certificate
project – up
to 4 projects
(h)
No. of ongoing projects of similar
nature being handled at present by
the organization
4
1 point for Work order
each project and
– up to 4 Experience
projects
certificate
B
Experience
of
Application
Development and Implementation
in Government
15
(a)
Project of value more than 50 Lac
providing services to employees and
citizens/students/schools with online
10
9 out of 15
2 point for Work order
each
and
successfully Experience
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
51
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
S. No. Parameters
application and
payments etc.
Maximu Evaluation
m Points Criteria
delivery,
online
Minimum
Reference
Qualifying
Score/Suppor
ting
completed
certificate
project – up
to 5 projects
(b)
Multi-location operations
5
C
Proposed Methodology / Process /
Plan
5
(a)
Proposed
Implementation
including week wise activities.
Plan
2
Clarity
and Proposal
detail of the
document
(b)
Proposed Training Management
Plan, Risk Management, transition
management
and
Change
Management Process
3
Clarity
and Proposal
detail of the
document
D
Proposed Human Resources
15
(a)
Details of project Team dedicated for
this project – Technical Skill Sets,
Experience in Similar Projects,
Certifications relevant to the role
described in Annexure X
15
E
Proposed Solution for eGovernance
Project at DIT
25
(a)
Understanding
Requirements
3
Clarity
and Proposal
detail of the
document
(b)
Technologies Proposed
3
Clarity
and Proposal
detail of the
document
(c)
Solution Design & Approach
2
Clarity
and Proposal
detail of the
document
(e)
Security Architecture
2
Clarity
of
Project
1 point for Work order
each
and
successfully Experience
completed
certificate
project – up
to 5 projects
3 out of 5
9 out of 15
Experience, Proposal
Qualification
and skills of
resources as
desired
in
Annexure X
15 out of 25
and Proposal
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
52
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
S. No. Parameters
Maximu Evaluation
m Points Criteria
Minimum
Reference
Qualifying
Score/Suppor
ting
detail of the
document
(f)
Service Delivery Approach
2
Clarity
and Proposal
detail of the
document
(g)
Helpdesk,
Incident,
Management Plan
2
Clarity
and Proposal
detail of the
document
(i)
Proposed Scanning Solution
3
Clarity
and Proposal and
details of the demo
(if
document
required)
(j)
Data digitization, Migration and
Quality assessment plan and
methodology
3
Clarity
and Proposal
detail of the
document
(k)
Technical Presentation
5
Clarity
and Presentation
detail in the
presentation
and replies to
queries
Problem
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
53
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
Annexure V
S No.
Item
1.
Name
2.
Profession/Present
Format for Submission of Resume
Details
Designation
3.
Years with firm
4.
Total Experience (# of Years)
5
Nationality
6.
Area of Specialization
7.
Proposed Position in Team
8.
Key Qualification/Experience
Under this heading give outline of staff members
experience and training most pertinent to
assigned work on proposed team. Describe
degree of responsibility held by staff member on
relevant previous assignments and give dates and
locations. Use up to half-a-page.
9.
Education
Under
this
heading,
summarize
college/
university and other Organization education of
staff members, giving names of colleges, dates
and degrees obtained. Use up to quarter page.
10.
Experience
Under this heading, list of positions held by staff
member since graduation, giving dates, names of
employing Organization, title of positions held
and location of assignments. For experience in
last ten years also give types of activities
performed
and
Owner
references,
where
appropriate. Use up to three quarters of a page.
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
54
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
Annexure VI
S.No.
Item
Format for Providing Citations
Guidelines
Attachment
Ref. No. for details
1.
Name of the project
2.
Client Details
Name; Contact Person’s name
and no.
3.
Relevant Work Area/
Please
specify
the
area
of
domain
work/domain relevant to the
requirement of this RFP.
4.
No. of locations
Please specify no. of locations for
implementation
5.
Scope of Work
Provide Scope of Work; highlight
Key Result Areas expected and
achieved
6.
Scope of the Project
Provide details of the project
scope
7.
Contract Value
Provide particulars on contract
value assigned to each major
phase and milestone.
8.
Project Completion
Date
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
55
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
Annexure VII
Format for Statement of Deviation(s)
Format for statement of deviation from scheduled requirements:
S.NO.
REFERENCE
DEVIATION IN PROPOSAL
BRIEF REASON
(CLAUSE NO. & PAGE NO.)
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
56
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
Annexure VIII
Request for Clarifications
SITEG, Department of Information Technology, Government of Himachal Pradesh
Bidder’s Request For Clarification
Name of Organization submitting
request
Name & position of
Address of organization
person submitting
including phone, fax, email
request
points of contact
Tel:
Fax:
E-mail:
S.
Bidding Document Reference
Content of RFP requiring Points of Clarification
No.
(Volume/Number/page)
clarification
required
1
2
3
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
57
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
Annexure IX
SN
Formats for Commercial Quotations
Components
QTY
Make & Model
Price
Hardware Components
1.
Database Server (DIT, Shimla)
2
2.
Application Server (DIT, Shimla)
2
3.
ECM Server (DIT, Shimla)
2
4.
Management Server (DIT, Shimla)
2
5.
Web Server (DIT, Shimla)
2
6.
1
7.
Backup Server (HPBSE,
Dharmshala)
SAN (4 TB) (HPBSE, Dharmshala)
8.
SAN Switch (HPBSE, Dharmshala)
2
9.
Link Load Balancers (DIT, Shimla)
1
10.
Server Load Balancer (DIT, Shimla)
1
11.
Core Switch (HPBSE, Dharmshala)
1
12.
Tape Library (HPBSE, Dharmshala)
2
13.
WAN Router (HPBSE, Dharmshala)
1
14.
Database Encryption Hardware
Device
Rack – 42 U (HPBSE, Dharmshala)
1
Desktops for persons at Backup Site
(HPBSE, Dharmshala)
Printers for persons at Backup Site
(HPBSE, Dharmshala)
Scanners for persons at Backup Site
(HPBSE, Dharmshala)
Scanners for examination cell
(HPBSE, Dharmshala)
System Software
2
15.
16.
17.
18.
19.
20.
Operating Systems for Servers
Price
1
2
2
2
3
As required
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
58
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
21.
USB Digital Signature + OTP Token
400
22.
1 set
23.
NMS s/w for monitoring the LAN
established in HPBSE including
Backup Software
Enterprise Content Management
24.
Database Server
As per the
solution
proposed by
vendor
25.
Application and Portal Server
As per the
solution
proposed by
vendor
As per the
solution
proposed by
vendor
Should
provide the
details
including
licenses
Should
provide the
details
including
licenses
Should
provide the
details
including
licenses
Office Equipments
26.
Laptops
3
27.
Desktops
65
28.
Latest MS – Office
22
29.
260
31.
17” Wide TFT Monitor, PS2
Multimedia Keyboard, PS2 Mouse
N-Computing devices for
connecting 5 monitors, 5
Keyboards & 5 mouse
UPS for Desktops (1 KVA)
32.
Bio Metric Device
2
33.
Printers
20
34.
LAN Switch 24 Port
15
35.
LAN Switch 8 Port
20
36.
UPS 5 KVA
1
30.
55
65
Site Preparation for back up site
37.
Power Cabling and Power Points
1
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
59
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
38.
Electrical Distribution System
1
39.
10 KVA UPS
2
40.
AC 2 Ton (With Stabilizer)
2
41.
CCTV Based surveillance System
1
42.
1
43.
Fire & Smoke Detection and Alarm
System
Automatic Fire Suppression system
44.
Pest & Rodent Repellent System
1
45.
Access Control System
1
46.
30 KVA DG Set
1
47.
Civil Works and interiors including
LAN
Networking
1
48.
Networking at HPBSE and other
As per actual
places as per specifications
Application Software
49.
Application Software for HPBSE
50.
Any other components
1
1
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
60
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
Annexure X
Declaration regarding acceptance of all terms and conditions
mentioned in tender
To,
The Member Secretary,
Society for Promotion of Information Technology and e-governance,
STPI Building,
24, SDA Complex,
Kasumpti,
Shimla.
Sir,
I have carefully gone through the Terms & Conditions contained in the Tender
Document [Tender No. __________________] regarding design, development, installation and
maintenance of HPBSE solution. I declare that all the provisions of this Tender Document
contained the RFP document are acceptable to my Company. I further certify that I am an
authorised signatory of my company and am, therefore, competent to make this declaration.
Yours very Truly,
Name: _______________________
Designation:______________________
Company: _____________________
Address: ______________________
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
61
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
Annexure XI
Declaration regarding past track record
To,
The Member Secretary,
Society for Promotion of Information Technology and e-governance,
STPI Building,
24, SDA Complex,
Kasumpti,
Shimla.
Sir,
I have carefully gone through the Terms & Conditions contained in the Tender
Document [Tender No. _______________] regarding Design, development, installation and
maintenance of HPBSE solution. I hereby declare that my company has not been debarred/black
listed by any Government / Semi Government organizations for quality/ service products nor is
there any pending dispute regarding short shipment/ installation/service. I further certify that I
am an authorized signatory of my company and am, therefore, competent to make this
declaration.
Yours very Truly,
Name: ___________________________
Designation: _______________________
Company: _________________________
Address: __________________________
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
62
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
Annexure XII
Role
Marks Distribution and evaluation of Manpower
Number of completed Projects (At least 1
Marks
project of value more than 50 Lacs)
Project
Manager
(PMP, 4 or More
2
PRINCE 2, PMI certified)
3
1
Business Analyst
3 or More
2
2
1
3 or More
3
2
2
3 or More
2
2
1
3 or More
2
2
1
4 or More
2
3
1
Software Engineer
Database Administrator
System Administrator
Network Administrator
Marks for Additional Resources:
Role
No. of Resources
Marks
Additional Resources
3 or more
2
2 or less
1
Note:
1) Incase if the proposed manpower for a specific role is more than 1 then the
average of the marks will be allocated against the role. It is sole discretion of
SITEG to verify the background of the manpower proposed by the vendors.
2) All manpower provided by vendor should be on roll with prime bidder. Prime
bidder has to provide the declaration for the same.
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
63
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
Minimum Skills Requirement
JOB TITLE: Project Manager
GENERAL SUMMARY: Manages analysis, design, development, testing, implementation and
documentation of software projects that vary in scope and complexity. Ensures projects are
completed according to software development life cycle and as per project plans by managing
development team effectively. Troubleshoots and resolves or recommends alternative solutions
to highly complex software problems and issues.
ESSENTIAL JOB FUNCTIONS:
o
PMP /Prince 2 Certified PM
o
Manages analysis, design, development, testing, implementation and documentation of
major software projects that vary in scope and complexity.
o
Identifies and evaluates project and business requirements and develops recommendations
for implementation.
o
Ensures that projects are completed according to software development life cycle and
project plans.
o
Participates in development of group’s strategic plans and develops, implements, and
communicates department goals and objectives.
o
Troubleshoots and resolves or recommends alternative solutions to highly complex software
problems and issues.
o
Establishes, implements, and communicates software development standards.
o
Communicates department and company policies and procedures.
o
Participates in developing test suites and ensures overall quality of coding, testing and
debugging of software.
o
Develops and implements department budget and operating plan.
o
Monitors expenditures to ensure operation is within established budget.
o
Maintains project plan, manages engineers, and communicates effectively with upper
management as well as team members.
REQUIRED SKILLS AND COMPETENCIES:
o
Comprehensive knowledge of software engineering methodologies, principles and practices.
o
Comprehensive knowledge of related software languages.
o
Comprehensive knowledge of related systems, applications or products.
o
Thorough knowledge of test design and configuration.
o
Good written and verbal communication skills.
o
Good presentation skills.
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
64
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
o
Ability to manage and direct employees.
o
Ability to make and execute immediate decisions.
o
Ability to troubleshoot and resolve or recommend solutions to highly complex software
problems for major software programs.
o
Ability to manage multiple projects simultaneously. Ability to research, test, analyze and
interpret highly complex technical data and provide recommendations.
o
Ability to interact diplomatically with a variety of individuals at various organizational levels.
o
This role requires the following qualities:
§
Conflict Management – Effectively copes with change.
§
Customer Focus – Is dedicated to meeting the expectations and requirements of
internal and external customers.
§
Developing Direct Reports – Provides challenging and stretching tasks and
assignments.
§
Informing – Provides the information people need to know to do their jobs.
§
Integrity and Trust – Is widely trusted.
§
Listening – Practices attentive and active listening.
§
Managerial Courage – Doesn’t hold back anything that needs to be said.
§
Negotiating – Negotiates skillfully in tough situations with both internal and
external groups.
§
Dealing with Paradox – Is very flexible and adaptable when facing tough calls.
§
Peer relationships – Encourages collaboration.
§
Priority setting – Spends his/her time and the time of others on what’s
important.
§
Problem solving – Uses rigorous logic and methods to solve difficult problems
with effective solutions.
§
Drive for results – Can be counted on to exceed goals successfully.
§
Self Knowledge – Knows personal strengths, weaknesses, opportunities and
limits.
§
Standing Alone – Can be counted on when times are tough.
§
Building Effective Teams – Defines success in terms of the whole team; creates a
feeling of belonging in the team.
MINIMUM QUALIFICATIONS:
Education: BE/B.Tech./ degree in engineering, computer science or MCA
or equivalent
education with minimum Experience: 8+ years’ software engineering and/or product
development experience, including two year direct supervision and/or project lead experience.
Desirable: Master’s degree in computer science, business administration or related field.
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
65
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
JOB TITLE: Business Analyst
ESSENTIAL JOB FUNCTIONS:
o
Responsible for work that is less defined in scope & has the understanding & experience to
execute business objectives.
o
Experience in business requirement gathering, developing functional requirement
specifications, documenting application use cases & workflow.
o
Business analysis experience in creating web applications.
o
Experienced in developing Government applications a plus.
o
Should have conducted interviews, fact-finding, and independent research to design
creative, progressive IT solutions for business problems.
o
Ability to create functional designs from business requirements.
o
Experienced in Data Models, Data Mapping, Data Design and Data Quality.
o
Experienced in handing over of functional designs to the developers (who create technical
designs and coding).
o
Ability to develop Functional/User Acceptance test plans and scenarios.
o
Ability to review the technical designs – to make sure that functional designs are correctly
translated.
o
Ensures that the system gets developed according to specification and is thoroughly tested.
REQUIRED SKILLS AND COMPETENCIES:
o
Experience of doing Business Analysis, Process maps, Use cases, UML diagrams for at least 3
projects.
o
Ability to interact with clients to understand system requirements.
o
Ability to document system requirements where they can be understood by a development
team (writing functional specification).
o
Ability to Design and monitor the user acceptance test plans and test cases.
o
Proficient in using tools such as Excel and Visio (Similar tools) for analysis, process mapping
MINIMUM QUALIFICATIONS:
Education: BE/B Tech/ degree in engineering, computer science or MCA or equivalent education
Minimum Experience: Minimum 3 years of relevant experience especially in the areas of
requirements gathering, analysis and documentation.
Desirable: Master’s degree in computer science, business administration or related field.
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
66
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
JOB TITLE: Database Administrator
ESSENTIAL JOB FUNCTIONS:
o
Experience and certified DB administrator
o
Installation, configuration and upgrading of Proposed RDBMS server software and related
products
o
Evaluate Proposed RDBMS features and its related products
o
Establish and maintain sound backup & recovery policies and procedures
o
Database design and implementation
o
Implement and maintain database security
o
Perform database tuning and performance monitoring
o
Setup and maintain documentation and standards
o
Plan growth and changes (capacity planning)
o
Work as part of a team and provide 7x24 support when required
o
Perform general technical trouble shooting (Trouble ticket handling)
o
Provide support to development teams (pre-launch review/tuning)
o
Interface with OEM for technical support.
o
Project planning at both the technical and executive levels
o
Comfortable dealing directly with managers and clients
o
Add to these, soft skills like (drive, proactive and willing to learn...)
o
Familiarity with the proposed operating systems.
o
Certification in Proposed RDBMS will be act as an advantage
o
Project planning experience
o
Experience in a managed service provider (MSP)
Education: BE/BTech/ degree in engineering, computer science or MCA
or equivalent
education.
Minimum Experience: Minimum 6 yrs experience Minimum 6 yrs experience in Proposed
RDBMS, disaster recovery, Advanced knowledge of SQL, Strong understanding of Relational
Database Management Systems, Experience with 24x7 operational database, experience
working with off-site colleagues. Certified profession on the RDBMS proposed by vendor.
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
67
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
JOB TITLE: Software Engineer
GENERAL SUMMARY: Develops, tests, document software modules, features, and/or
components of software programs based on specifications. Participates in design, codes, tests,
and debugs new software or enhances existing software.
ESSENTIAL JOB FUNCTIONS:
o
Analyzes and designs software modules, features or components of software programs and
develops related specifications.
o
Participate in designs, develops, tests, documents and maintains complex software
programs for assigned systems, applications and/or products.
o
Codes, tests and debugs new software or enhances existing software.
o
Troubleshoots and resolves or recommends solutions to complex software problems.
o
Assists management with the planning, scheduling, and assigning of projects to software
development personnel.
o
Ensures product quality by participating in design reviews, code reviews, and other
mechanisms.
o
Interacts effectively with Quality Assurance team.
o
Participates in developing test procedures for system quality and performance.
o
Develops and maintains software schedules.
o
Writes and maintains technical documentation for assigned software projects.
o
Provides initial input on new or modified product/application system features or
enhancements for user documentation.
o
Reviews user documentation for technical accuracy and completeness.
o
Documents
system/environment
dependent
characteristics
and
user
installation
instructions.
REQUIRED SKILLS AND COMPETENCIES:
o
Very strong knowledge of software development tools and methods.
o
Very strong knowledge of related software languages.
o
Very strong knowledge of test design and configuration.
o
Very strong knowledge of related systems, applications, products and services.
o
Good written and verbal communication skills.
o
Ability to test and analyze data and provide recommendations.
o
Ability to identify and resolve or recommend solutions to moderately complex problems.
o
Ability to organize tasks and determine priorities.
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
68
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
MINIMUM QUALIFICATIONS:
Education: BE/BTech. degree in engineering, computer science or MCA or equivalent education.
Minimum Experience: 3+ year’s software development experience, including experience
developing, testing and maintaining moderately complex software programs. Preferably
Certified candidate on the technology proposed in Solution.
JOB TITLE: Network Administrator
GENERAL SUMMARY:
Implement and provide operational support for LAN/WAN/Internet architectures that include
hardware and software platforms. Coordinates network system planning, installing, monitoring,
testing and servicing. Maintains reports on LAN/WAN performance to ensure service level
agreements are met.
ESSENTIAL JOB FUNCTIONS:
o Provide implementation assistance to infrastructure and commercial support groups for
local and wide area networks including security.
o Conduct ongoing maintenance of network standards, procedures and processes for large
multi protocol network.
o Test new network and security technology.
o Provide full documentation of network additions and enhancements including detailed
topology diagrams and implementation project plans.
o Document procedures and reference materials for use in training and troubleshooting.
o Develops and executes detailed test and acceptance plans. Provides feedback to vendors
regarding problems or issues.
REQUIRED SKILLS AND COMPENTENCIES:
o In depth understanding of data communications protocol and LAN/WAN technologies
including OSPF, RIP, EIGRP, ATM, Ethernet, Layer 2, Switching, Routers, Frame Relay.
o General knowledge of firewalls and security practices.
o Strong written and verbal communication skills.
o Ability to identify and resolve moderate to complex network problems using network
management tools and methodologies.
o Ability to train associates.
o Excellent oral and written communication skills.
MINIMUM QUALIFICATIONS:
Education: BE/BTch/BSc/MCA/Diploma degree in engineering, computer science, or related field
or equivalent education and experience. Must have CCNA or CCNP certification.
Minimum Experience: 5+ years of network engineering experience involving the network level 3
support and analysis of networks and systems.
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
69
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
Desirable: Working knowledge of layer 2 switch technology, specifically experiences with frame
relay and ATM principles, protocols, and Cisco ASA administration. Knowledge of X.25, SNA, BSC,
and xDSL protocols along with STUN and DLSW.
JOB TITLE: System Administrator
GENERAL SUMMARY:
Manage medium scale IT infrastructure and IT team. Develop and meet team goals by
administering and maintaining the proposed systems within the datacenter including
development and test systems.
ESSENTIAL JOB FUNCTIONS:
o Ensures availability and integrity as per the proposed solution by practicing sound systems
administration practices; managing access and resource sharing using NIS, NFS, and automounter; installing hardware and software upgrades; performing systems backups on a
regular and ongoing basis.
o Administer the Network Information Services database, Firewalls, and Internet Mail, and the
Domain Name Service (add and remove hosts; resolve problems).
o Provides technical support to users by answering questions and inquiries; analyzing and
resolving problems; creating development and test environments.
o Performs capacity planning by analyzing computer resource usage data; planning for
growth, upgrades, and replacements.
o Analyzes, installs, maintains and upgrades computer hardware and software on the propose
system, Windows, Storage Area Networks, and/or other related systems.
o Determines long range requirements and operational guidelines.
o Proposes and implements systems enhancements that will improve the reliability and
performance of the system, including security integrity controls.
o Monitors usage and performance.
o Develops administrative scripts and utility programs for various operating systems.
o Assists in formulating and monitoring policies, procedures and standards that impact
systems.
o Troubleshoots and resolves all operating systems related errors and failures and recovers
data.
o Conducts auditing activities and resource utilization studies on servers to ensure adequate
server memory.
o Plan and implement activities such as backup, monitoring, upgrades, etc. for overall systems
and network management.
REQUIRED SKILLS AND COMPENTENCIES:
o
o
o
Strong skills in the proposed solution
Excellent analytical and problem-solving skills; ability to define problems, collect data,
establish facts, and draw conclusions;
Good interpersonal/customer relations skills
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
70
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
o
o
o
o
o
Ability to develop strategies to address short and long term needs of users
Clear and concise verbal and written communications; ability to express complex technical
concepts in easy to understand terms, both verbally and in writing
Self-motivated, ability to work under general supervision
Excellent experience with programming or scripting and a solid understanding of relational
database issues.
Possess excellent communication skills, when communicating within the organization and
with outside vendors as well as in a technical forum.
MINIMUM QUALIFICATIONS:
Education: BE/BS/B.Tech or equivalent.
Experience:
o 8+ years in managing medium to large data center and server systems.
o Hand-on experience in proposed system administration, network administration, hardware
maintenance, customer support, software licensing.
o Strong hands-on working knowledge of networks, Firewalls, Proxy servers, and other
security configurations.
o Relevant experience in a commercial computing environment that includes systems
administration, operations administration or configuring and maintaining pc/servers.
o Previous experience in managing a 7X24 commercial computer environment
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
71
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
Annexure XIII
Indicative Specifications
Note: Bidders can quote equivalent and better
1.
Servers
Blade Chassis/Enclosure
Blade Chassis shall accommodate the specified maximum number of Blade Servers
with hot swappable HDD, Interconnect Modules, Power supplies, Fans and
Management Modules with following features
Blade Chassis Specifications
Parameter
Specification
Description
Shall provide common resources for the Blade Servers like power,
System Management, Cabling, Ethernet Management and
extension, External fiber Channel Storage switching and
connectivity. Chassis with all redundancy features. The same
chassis should support Server blades, Storage Blades & Tape
based Blades. (It is clearly mentioned that the Blade chassis shuld
support Server blades, Storage Blades and Tape based blades)
Blade Bays and I/O
Chassis to accommodate min 8 or higher hot pluggable half
bays
height/width blades servers with SAS hard disks. Minimum 8 I/O
bays with minimum 4 fabric support (Specs are indicative and SI
can quote equivalent or better)
Mid-Plane
High-Availability Dual Path Midplane or passive midplane for
providing two-way communication paths for Ethernet, Fiber
Channel Switches, Power Supply and Management Signals and
should be able to support with minimum throughput of 6 Tb/s
(Specs are indicative and SI can quote equivalent or better)
Fiber Channel Switch
2 Nos of 8Gbps Fiber channel switch modules. There shall be min.
4 ext. ports and provision for internal ports for communicating to
each blade server that needs to be connected to the external
SAN.
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
72
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
Ethernet
Switch
Adequate Nos of Gigabit Layer 2+ Ethernet Switch Module
Module
(Minimum 2 switch modules) with minimum 8 up-link ports. The
switches shall have internal ports for communication to all the
blades populated in the Blade Chassis. Internal switches shall
have 2*10GbE uplinks that also supports Stacking. The Switch
should also support I/O Virtualization.
Management
Dual redundant management modules to communicate with the
Modules
system management processors on the blade server. The
Management Modules shall be capable of complete remote
management. (Specs are indicative and SI can quote equivalent
or better)
Cooling
Dual hot swap variable speed fans for Cooling the chassis fully
redundant.
Power Module
Power Supplies shall be hot swappable and shall be supplied in
adequate numbers so as to ensure n+n redundant power supply
is there for completely populated chassis with 16 numbers of half
height servers with SAS hard disks .
Blade Server Specifications
The specification of each blade server is as follows.
Item
Description
Minimum 2 Nos of Xeon 7500 series, 6/8 core processor
Processor
and
per blade, Rest SI need to optimise this to meet desired
Chipset
SLA
Memory
32 GB DDR-III Support up to 64 GB
HDD
2 x 146 GB hot plug SAS HDD with support for RAID 1
HDD Bays
Minimum 2
I/O Slots
Minimum one number of Mezzanine Adapter Slots
4 nos of 10/100/1000 gigabit Ethernet onboard. (Specs
Ethernet
are indicative and SI can quote equivalent or better)
HBA
1 x dual port FC 8Gbps HBA
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
73
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
2.
SAN (4 TB) (HPBSE, Dharmshala)
Make & Model Offered - (To be filled by the bidder)
Compliance
(Yes/No)
The storage array should support industry-leading Operating System platforms
& Clustering including: Windows 2000 (Advanced Server), Windows Server
2003 (Enterprise Edition), Sun Solaris, HP-UX, IBM-AIX, Linux etc.
Offered Storage Array shall be configurable in a No Single Point of
configuration including Array Controller card, Cache memory, FAN, Power
supply etc.
The storage array should have a dual redundant dedicated path for cache
mirroring.
The storage array should support hardware based RAID 0, 1, 4/5 and 10/6
levels
The array should support dynamic expansion using both striping and
concatenation
Minimum Cache Size is 8GB, Should be able to scale upto 32GB cache with
controller upgrade
4 TB usable after RAID 5/6
The array should be supplied with software to create snapshot/point in time
copy and clone/volume copy for the entire capacity of the array
Must provide automatic monitoring of disk drive health at disk sector level for
bad sectors and initiate a proactive background drive rebuilt on failing drives.
The storage array should support global distributed online hot spare.
The array should be supplied with virtual/thin provisioning
The storage array should be IPv6 ready.
Online database backup license for servers.
Should support unlimited client license
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
74
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
3.
SAN Switch (HPBSE, Dharmshala)
Make & Model Offered - (To be filled by the bidder)
Compliance
(Yes/No)
The SAN switch should have adequate populated ports to cater for the
redundancy in connectivity from any other equipment.
Switch should have non-blocking architecture
All 24 ports should be concurrently active
Throughput of each port in the SAN switch should be 4 Gbit/sec full duplex
with no over-subscription.
Switch should protect existing device investments with auto-sensing 1, 2, 4
Gbps capabilities.
All the ports should operate at min 4Gbps in a nonblocking backplane
All the ports should auto-negotiate to 4Gb/2Gb FC speeds.
Setting of the port speed to 4Gbps or 8Gbps from the lower speed should not
impact the other ports in the same port blade.
All the SAN Switch components should be hot swappable
All the SAN Switch components should be field replaceable units
The SAN switch should provide the redundancy at cooling and power levels
to meet the desired SLA's
Power supply and fan assembly should have different FRU.
The SAN Switch should support Virtual Fabrics feature
The SAN Switch should enable partitioning of a physical SAN into logical
fabrics
The SAN Switch should provide advanced zoning capabilities
The SAN Switch should allow health monitoring capabilities
The SAN Switch should allow performance monitoring capabilities
The SAN Switch should have support for web based management
The SAN Switch should support CLI.
The SAN Switch should support option to configure the switches with alerts
based on threshold values for temperature
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
75
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
4.
Link Load Balancers (DIT, Shimla)
Make & Model Offered - (To be filled by the bidder)
Compliance
(Yes/No)
Architecture
Should have a high performance purpose built hardware based solution with
dual core processor or better
Clustered Multiprocessor operating system
1 Gbps L7 Throughput scalable to 2 Gbps
Should have 4 Gbps throughput with 2000000 concurrent sessions. (SI can
quote equivalent or Better)
8 X 10/100/1000 Mbps fixed ports with optional 2GBIC slots for either fiber or
copper use are minimum. SI is free to select higher number of interfaces
Dedicated always on (AOM) out of band management port
Should have minimum 160 GB disk capacity
Should have indicator or front panel LCD screen
Should support RIP,OSPF
Should support VLAN,STP,LACP, Trunking
Should have minimum 4GB RAM
Performance
4 Million Concurrent Sessions
60K New connections per second at Layer 4
Should support 1 Gbps compression throughput
Should provide TCP optimization
Should Support Ipv6 environments
Load Balancing Features
Should provide Load balancing for inbound & outbound traffic
Selection of shortest path to destination based on load/Hops/response time
Least amount of Bytes
Least number of users/session.
Connection completion rate
Kilobytes /sec
Quality of Service
Packet rate (http request per sec 50000 or above)
Drop packet rate
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
76
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
Make & Model Offered - (To be filled by the bidder)
Compliance
(Yes/No)
Cyclic or Round Robin.
weighted Cyclic or weighted Round Robin
SNMP Parameters, like router CPU utilisation etc
Autolast hop
Should support Static NAT & Dynamic NAT
Health Monitoring
Should provide individual health check for each link
Should be able to do health check on protocols like HTTP, SMTP, POP etc
In case of link failure traffic should be diverted to another link automatically
Should provide GUI interface to configure any health check
Should support internal of external system monitors
Transparent monitors, Manual Resume, Reverse Monitors
Should be possible to create health check monitors
Redundancy
Should Support high availability with active-active or active-passive with
session failover
Should support transparent failover between 2 devices
Serial Cable /Network based failover to reduce failover time less than 1
second
Network based failover for session mirroring, connection mirroring and
heartbeat check
Config autosync, manual sync to and from active and backup unit
Force standby and force offline mode
MAC Masquerading
Should have dual power supply
Bandwidth Management
Should provide bandwidth management based on any L3-L7 information
Should provide Minimum & Maximum bandwidth allocation limit
Should provide bandwidth borrowing between policies
Should provide rate limiting on peer to peer traffic
should be able to limit bandwidth for specific protocols
Device Management & Reporting
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
77
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
Make & Model Offered - (To be filled by the bidder)
Compliance
(Yes/No)
Should provide HTTP/HTTPS interface management
Should provide troubleshooting and traffic analysis tool like tcpdump
Should provide SSH/Telnet interface
Should support SNMP V1, V2c, V3
Should provide LIVE reporting for traffic on each links
Should show total concurrent sessions, Throughput, new connection, CPU
usage, Memory Usage Graph for last 30 days on web based GUI
Should provide multiple config version option on the appliance
Should provide system, traffic logs on webGUI
Should be able to partition the appliance in different system
Role based admin access with roles like no access, Guest, Operator,
Application editior, Resource Administrator and Administrator
Should provide Network map of all the available and unavailable resources,
vip etc. SI can also manage this via HP open View which is available with DIT
Should have option to change the SSL certificate used for management of the
appliance
Should provide detailed historic reporting for link traffic
General
19" 1RU Rack mountable chassis ( Mounting kit / brackets to be supplied )
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
78
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
5.
Server Load Balancer (DIT, Shimla)
Make & Model Offered - (To be filled by the bidder)
Compliance
(Yes/No)
Architecture
Able to synchronize configurations, connection-states and persistence to
provide stateful-failover of applications.
Able to be deployed in both Active-Standby and Active-Active setups.
Able to detect system failure or shutdown/reboot, and perform failover to
ensure high availability, by using network and serial-connection based
heartbeat.
Able to perform failover based on hardware failure, system failure, SSL
accelerator failure, switch board failure, network failure and gateway failure.
Able to be deployed in a single arm (single subnet) network topology
environment.
Supports SOAP/XML messages from third party applications or devices to
modify configuration of the load balancer.
Supports both CLI via SSH and web-based GUI configuration and
administration.
Able to support multiple partitions/segments
Able to support links aggregation (802.3ad) and LACP (Link Aggregation
Control Protocol)
Delivery
Able to load balance ANY IP based application.
Able to support both TCP and stateless UDP (User Datagram Protocol)
applications.
Able to support static load-balancing algorithms such as round-robin, ratio
and priority (with minimum active members).
Able to support dynamic load-balancing algorithms such as fastest-response,
least-connections, combinations of fastest-response and least-connections,
and based on specific server resources (such as CPU, memory, network
utilization etc).
Able to support slow ramping of newly available servers to prevent
connection bombing.
Able to support content based application monitoring, such as HTTP/HTTPS,
FTP (passive/active), POP3, IMAP, SIP, SMTP, telnet, RADIUS, LDAP (with TLS
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
79
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
or over SSL), Oracle, MS SQL and SOAP.
Able to support external customized monitors to perform extended healthchecks on the servers and other devices.
Able to support composite monitors, such as M of N rule (eg. need only 2
successes out of 3 monitors).
Able to support persistence based on SIP (Session Initiated Protocol), SSL
session ID, source IP and destination IP.
Able to support different cookie persistence methods such as passive, insert,
rewrite and hashing.
Able to support persistence based on any variables in the packet header and
payload.
Able to support NAT and NAPT based on source and destination address.
Able to read into the FULL payload (data) of the packet to make traffic
management decision (pool selection, redirect, forward, reject, drop, log etc).
Able to read into HTTP header and make traffic-management decision based
on HTTP host, URI, method, version, cookie and browser type etc.
Able to control traffic flow based on the content of both outgoing and
returning traffic (bi-directional).
Able to support a mixed combinations of IPv6 and IPv4 virtual addresses and
nodes.
Able to support IPv6-IPv4 and IPv4-IPv6 translations.
Able to support 6in4 and 4in6 tunneling.
Able to support Ipv6 routing protocols such as RIPng, OSPFv3 and BGP4+.
Able to support MobileIPv6.
General
Shall be rack-mountable into standard 19”- wide rack.
Tenders shall specify the dimension of the switch
Shall support Fast Ethernet IEEE 802.3u) and/or Gigabit Ethernet ports (IEEE
802.3ab or 802.3z).
Shall be able to support the following load balancing algorithms that can be
simple to set up and configure.
Round Robin
Weighted Round Robin
Least Connections
Weighted Least Connections
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
80
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
Maximum Connections
Response Time
Observed (Least Conn + Fastest Resp)
Predictive (Observed over time)
Shall be able to support ‘sticky’ connections to servers based on the following
switching mechanisms:
URL switching policies
URL hashing
Cookie-based
Cookie-based hashing
SSL ID based
shall support at least one or more of the following configuration modes on
the console:
Command Line Interface
Text-menu driven
GUI-based
HTTP or HTTPS-based
shall support the following protocols and standards:
IEEE 802.3x Flow control
IEEE 802.1D Spanning Tree Protocol (STP)
IEEE 802.1p Packet Priority, shall include all eight (8) classes of services
IEEE 802.1q Virtual LAN (VLAN)
IEEE 802.1w Rapid Reconfiguration of Spanning Tree (RSTP)
IEEE 802.1ad Link aggregation
Should be able to manage SIP traffic
Should be able to optimized, encrypted, and optionally tunneled the data
between two locations in a symmetric deployment
Physical Specification Load Balancer should be a ASIC based or Multi CPU based
The appliance should have quad core processor with minimum 4 GB RAM
Appliance should have minimum 8 Gigabit copper ports
The appliance should have default throughput support for 4 Gbps
The appliance should support port based, protocol based and private VLAN,
STP, RSTP and MSTP
The appliance should support layer 3 to layer 7 load balancing algorithm
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
81
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
The appliance should support load balancing algorithm like persistent IP, sslid,
round robin, response based, least users/connections, cookie, header and
session based
The appliance should support 1000 Virtual services and 2000 servers
The appliance should support 1,20,000 new connections per second
The appliance should support multilevel health check for ensuring application
availability
The appliance should have and/or relationship to check various dependencies
for the application delivery
The appliance should have web and customized health check facility
SSL Features
The appliance should support 7500 SSL TPS
The appliance should have minimum 1 Gbps speed of SSL offloading bulk
throughput
The appliance should support use of password protect Certificate/Private Key
backup/restore to/from local disk or remote TFTP server, and through WebUI
The appliance should support Self generates CSR (Certificate Signing Request),
self-signed Certificate and private key for specified host.
The appliance should support HTTP to HTTPS location header rewrite for
better application delivery support
The appliance should have end to end ssl support to act as a SSL Server
and/or as SSL Client
Application Acceleration features
The appliance should have software features like application acceleration for
compression, caching, multiplexing and TCP buffering
The appliance should support 1.5 Gbps software based web compression
throughput
The Appliance should have TCP buffering for quick retransmission for lost
packets over Wan side
The appliance should have 1.5 GB of RAM based caching
Global server load balancing
The appliance should have Global server load balancing feature default or
provided from external appliance in High Availability at all sites
The appliance should support per hostname resolution statistics from the
GSLB module reporting
Clustering and failover
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
82
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
The appliance should be in High availability with clustering feature
The high available appliance should have single console for cluster
management
The appliance should support external failover console connection for fast
failover
Security
The appliance should have stateful Access control lists (ACLs) to selectively
allow traffic between ports
The appliance should support HTTP header and URL inspection for
performing rule based L7 application layer firewall features inbuilt with
appliance. Appliance should have Application security module default
Appliance should have security features like reverse proxy firewall, Syn-flood
and dos attack protection features from the day of installation.
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
83
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
6.
Core Switch (HPBSE, Dharmshala)
Make & Model Offered - (To be filled by the bidder)
Compliance
(yes/no)
Hardware
1. Core switch should have features as under:
a) High back plane speed (700 Gbps or more)
b) Active switching bandwidth should be 700 Gbps with offered modules.
c) The forwarding rate should be minimum 350 Mpps.
d) Should have 80 x 10/100/1000 Mbps Ethernet ports distributed over 2 line
cards required , 24 x 1000 BaseSX ports
2. Should have redundancy at various levels:
a) Should have redundant Power Supply
b) Should have redundant Switching engine. The switching & routing
performance claimed on the chassis should not degrade with failure of primary
switching and routing engine module.
3. Chassis should support 10G Technology
4. Support for 30,000 MAC addresses and 1,00,000 IP routes
5. Layer 2 Features:
Layer 2 switch ports and VLAN trunks
IEEE 802.1Q VLAN encapsulation
Support for at least 4000 Active VLANs.
Dynamic Trunking Protocol (DTP) or equivalent
VLAN Trunking Protocol or equivalent
802.1s,802.1w,IGMP snooping v1/v2/v3
Port trunking technology across line cards
6. Layer 3 Features from day 1
RIPv1, v2, OSPF, BGP-4, IGMP v3, PIM, SSM, DHCP relay, HSRP/VRRP,IGMP
filtering on access and trunk ports, UDLD or equivalent, Spanning Tree protocol
802.1s, Spanning-tree root guard,802.1w, 802.3ad, 802.1-in-802.1 (QinQ) in
hardware,IPv4 & IPv6 in hardware with Wire-Rate L2 and L3 MPLS,
7. Standards
Ethernet : IEEE 802.3, 802.3u.803.3z,802.ab,802.3ae
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
84
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
Make & Model Offered - (To be filled by the bidder)
Compliance
(yes/no)
IEEE 802.1D,802.1w,802.1s,802.1p,802.1Q,803.ad
RMON I / RMON II standards
8. High Availability
Shall support On-line insertion and removal for cards
Shall support fast reboot for minimum network downtime
Shall support stateful switch-over so that CPU forwarding is not impacted on
account of active CPU failure
Shall support storage of multiple images and configurations
Shall support link aggregation using LACP as per IEEE 802.3ad
Shall support VRRP or equivalent
The switch shall support service modules like WLAN, IPS etc
On power up the platform should use built-in system monitoring & diagnostics
before going online to detect failure of hardware.
9. Protocol Support
Shall support IPv6 features
Shall support RIPng and OSPFv3 for IPv6
Shall support Routing protocols like RIP ver1 (RFC1058)&2 (RFC 1722 and 1723),
OSPF ver2 (RFC2328), BGP4 (RFC1771)
Multicast routing protocols support : IGMPv1,v2 (RFC 2236), PIM-SM (RFC2362)
and PIM-DM
10. QoS
802.1p class of service (CoS) and differentiated services code point (DSCP) field
classification
Switch should support priority queuing, WRED, Packet classification, marking etc.
Should support 8 queues per port in hardware
11. Security Features:
Shall support multi-level of access
SNMPv3 authentication
SSHv2
AAA support using RADIUS and/or TACACS, which enable centralized control of
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
85
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
Make & Model Offered - (To be filled by the bidder)
Compliance
(yes/no)
the switch and restrict unauthorized users from altering the configuration
Per port broadcast, multicast and unicast storm control to prevent faulty
end stations from degrading overall system performance.
Private VLANs (PVLANs) or equivalent
IP Access list to limit Telnet and SNMP access to router
Multiple privilege level authentication for console and telnet access
Dynamic Host Configuration Protocol (DHCP) snooping
Standard and extended ACLs on all ports
12. Switch Management
Shall have support for Web based management, CLI, Telnet and SNMPv1, 2c,v3
Shall support Secure Shell
Imbedded RMON support for four groups – history, statistics, alarms and events
Support for 9 RMON groups using external Probe
should support AAA features through RADIUS or TACACS +
Should support multiple levels of administration roles to manage and monitor
the device.
Should support Network Time Protocol.
Should be able to send and receive syslog and SNMP traps from devices.
Should support pre-scheduled system reboot facility for management ease.
The GUI management interface should provide real-time system and traffic
profiling, syslog monitoring real-time device monitoring.
Shall support Out of band management through Console and external modem
for remote management
Firewall and IPS
(Note: This can be provided through Internal/ External Hardware)
The firewall throughput performance should be at least 4Gbps and scalable to 8
Gbps.
The firewall should provide at least 1,000,000 concurrent connections". It is not
necessary to provide the internal firewall bidder can provide the external firewall
with compliance to the mentioned specs in HA mode with integrated IPS
functionalities.
Should provide at least 40,000 connections setup and teardown per second
The platform software version should be latest in the series.
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
86
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
Make & Model Offered - (To be filled by the bidder)
Compliance
(yes/no)
Should have atleast 8 10/100/1000 ports (If external device)
Should be based on real time, secure, embedded operating system
Embedded web based management software and command line interface
support
Firewalling at layer 2 and layer 3 of the OSI layer.
Static route, RIPv2 and OSPF for routing
NAT and Port Address Translation feature
Configurations through a command Line interface as well as a GUI based
Should have AAA through RADIUS or TACACS (RFC 1492) protocol and should be
integrable with the AAA server asked for the network.
Should have Application inspection for standard applications like DNS, FTP, HTTP,
ICMP, etc.
Should have Management access through SSH and GUI console for managing the
firewall.
Should have Syslog and ACL logging.
Should perform intelligent packet filtering, blocking of malicious contents to
maximize security.
The device should be able to detect, respond to and report any unauthorized
activity.
Should have the capability of restricting the access through the Console or
Auxiliary interface to protect the devices from local threats.
Should support the multimedia of H.323, SIP, RTSP application inspection
support.
Device should have a support to protect the WAN network from known and
unknown network & application layer attacks, Denial of Service, malwares,
worms, network viruses, spyware, etc.,
Every data center would have two identical IPS to avoid single point of failure
and the secured operation at all time.
The throughput performance of the IDS and IPS has to be at least 2Gbps
If IPS is a dedicated appliance and should have atleast 8 10/100/1000 or Gigabit
ports
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
87
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
Make & Model Offered - (To be filled by the bidder)
Compliance
(yes/no)
The system should be able to detect, respond to and report any unauthorized
activity.
IPS should support configurable (internal/ external) by-pass mechanism for any
software/ hardware/ power failure for four copper segments
Product should monitor the network traffic on the local LAN segment for signs of
attack like Denial of Service Attacks, pre attack probes.
The sensor should be capable of dropping; a single packet, an entire TCP flow, all
traffic from a possible attacking source
It should support traffic normalization to ensure that IP traffic such as fragments
are reconstructed correctly before being evaluated, dropped or forwarded.
It should support to monitor GRE and IPv4 in IPv4 encapsulated traffic
It should support to identify malicious traffic in IPv6 traffic
It should support inspection of IPv4 inside IPv6 to ensure that IPv4 attacks are
not getting encapsulated into IPv6 packets.
Should able to support failover mechanisms to avoid any single point of failures.
The system should work in a non-intrusive mode and be able to monitor all of
the major TCP/IP protocols, including IP, Internet Control Message Protocol
(ICMP), TCP, and User Datagram Protocol (UDP).
The IPS should be deliver a wide array of inline packet drop actions, including the
ability to drop single malicious packets, all packets within a flow that contains
multiple malicious packets, and all packets from the attacker’s IP address.
The IPS should allow the user to make policy-based decisions to permit or deny
certain types of traffic, such as the use of Peer to Peer traffic that can potentially
consume precious network bandwidth.
The system should statefully decode application-layer protocols such as FTP,
SMTP, HTTP, DNS, RPC, NetBIOS, , and Telnet
The IPS OEM should provide periodic signature updates. This signature updates
should be easily downloadable from the OEM website through the Internet.
Should allow users to modify the engine filtering logic such that it detects
incidents related to a subset of the network traffic (specific IP addresses, for
example).
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
88
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
Make & Model Offered - (To be filled by the bidder)
Compliance
(yes/no)
Should support multiple VLANs on a single interface to monitor multiple subnets,
support IEEE 802.1Q
Should support rate-limiting capabilities to allow users to efficiently mitigate DoS
conditions.
After it detects an attack, the system should respond in the following
configurable ways:
Generate an alarm.
Log the alarm event.
Record the session to an IP session log
"Kill" the session by resetting TCP connections.
Should have anti-virus signatures for detecting and protecting possible attacks
coming through the viruses.
Should be manageable through CLI, GUI interface and SNMP
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
89
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
7.
WAN router (HPBSE, Dharmshala)
Make & Model Offered - (To be filled by the bidder)
Compliance
(Yes/No)
Architecture: Single box configuration & modular , high speed CPU ,
Multi-service capable
Memory: 256 MB DRAM , 64 MB Flash memory
The device must support minimum 150 Kpps packet forwarding rates for
different types of routers for 64 byte packets per second
Interfaces: 2 number
of onboard Ethernet ports 10/100 Base TX ,
full duplex as IEEE 802.3u
1 number of Modular High speed WAN slots to support 2 Mbps circuits
One onboard USB port
1 port Serial WAN interface card (V.35) & 1 Nos V.35 cables
Should have support for VPN (3DES/AES) Encryption. Should have complete
Firewall, IPS features.
Should have support for IPSec VPN
RIPv1,RIPv2,BGP,OSPF
WAN protocols PPP, Multilink PPP, HDLC , Frame relay, 802.1Q
Network Network Address translation (NAT) , DHCP , IPSec VPN, Internet Group
Management Protocol (IGMP ) , IP Multicast , Protocol Independent Multicast
(PIM)
Security: IPSec DES , 3DES, AES, AAA Radius , L2TP , Standard &
Extended Access Lists ,Controlled SNMP Access ,Multiple Privilege Levels , PPP
PAP & CHAP , Firewall
Committed Access Rate(CAR) , Weighted Fair Queuing (WFQ) ,Class Based WFQ,
Weighted Random Early Detection (WRED) , IP Precedence
Management Console , SNMPv3 , CLI , Telnet , Web, SSH (All with
access control)
Power & operating temperature 230 V AC ,+/- 5 % , 50 Hz +/-1%, 0 to 40• C
Power supply Internal/ External
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
90
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
8.
Rack – 42 U (HPBSE, Dharmshala)
Make and Model
Compliance (Y/N)
Height
42U
Rack Type
Floor mount with caster wheels
Wire
Two vertical and four horizontal
managers
Power
(10
points
–
5Amp
sockets)
power
distribution
distribution
Door
Glass door in front with lock
Fan trays
With 4 fans
Depth
1000 mm
Metal
Aluminium extruded profile
Side panels
Detachable side panels
Width
19” equipment mounting, extra width is
recommended for managing voluminous
cables
Castors
Suitable castors with brakes.
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
91
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
9.
Desktops for persons at Backup Site (HPBSE, Dharmshala)
Desktop Specification
Complied
/
Not
Complied
Operating system & Software
Genuine Windows 7 Professional 64-bit
Processor
Latest at time of bidding
Memory
4GB DDR3-1333MHz SDRAM
Hard drive
500GB 7200 rpm SATA 3Gb/s hard drive
Graphics card
512MB ATI Radeon HD 4350 [DVI, HDMI, VGA adapter]
Primary optical drive
16x max. DVD ROM (player)
Networking
Wireless-N LAN card
Memory card reader,
USB 2.0
Integrated Sound Card
Multimedia keyboard
Optical mouse
DVD/CD R/W
Network interface Integrated 10/100/1000Mbps (Ethernet)
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
92
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
10. Printers
Make & Model Offered - (To be filled by the bidder)
Type
Printing
Speed
Maximum
Resolution
Memory
Connectivity
Laser Printer
Mono 21ppm (A4 / plain paper)
Duplex
Printing
Standard
Compliance
(Yes/No)
2400 x 600dpi
8MB Standard
USB 2.0 Hi-Speed
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
93
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
11. Scanners
Make & Model Offered - (To be filled by the bidder)
Compliance
(Yes/No)
Type
Sheet Fed
Optical Resolution Min. 600 dpi
Duty Cycle
Multi-feed
Detection
ADF
ADF Speed
Min Scan Size
Upto 3000 pages/ day
Required
Min. 100 sheets capacity
Min 25 Pages Per Minute
8.5 X 14" for Legal and up to 12 x 17" Including Long Doc
Mode
Scan File Formats PDF, Searchable PDF, TIFF, JPEG, BMP
Duplex Scan
Single Pass Duplex Scan
Interface
Hi-Speed USB 2.0 and SCSI-III
Drivers/ Software Supported OS- MS-Windows XP/ Vista/ 7
OEM Scanning Software, Autozonning Intelligent
Character Recognition with in -built form designer and
Indexing software from a company of International
reputation and must be having a proven record for data
capture in Indian Government Projects.
The Vendor must also provide one software lic with each
scanner integrated with scanner the software for post
scanning Image processing like geometrical correction,
1dimentioanl Lighting Correction, 2D lighting correction,
adjustment of histogram , area detection (to manually or
automatically isolate the graphic components and text
fields on your page), binarisation , color conversion,
colorimetric curves, intelligent crop, deskew, filter, finger
masking, geometrical correction, light and contrast, ICC
profile, Program should be able to run all Photoshop
scripts for image cleaning, polarity detection, ability to
launch the OCR software from this Post image Processing
software, Ability of batch processing and ability of running
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
94
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
in batch mode.
The OEM software should provide for Auto page size
detection, Deskew, Text orientation recognition, Border
removal, Skip blank page, Custom color dropout, Multi
stream, Advanced text enhancement, Jpeg compression
by hardware, Black background removal.
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
95
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
12. Backup Software
•
•
•
•
•
•
•
•
•
•
•
•
•
Backup Solution should be available on various Operating System platform like, UNIX
(SUN Solaris, HP-UX and IBM AIX , TRU 64 UNIX, etc.), Linux, Netware, and Windows and
etc. Should support clustered configurations of the backup application in a cluster. i.e.
backup application should failover as a highly available resource in a cluster. Pricing of
the software not be dependant on the number of CPUs of the UNIX machines.
The backup software should be capable of doing full, incremental, differential, and
variable block based deduplicated backups. The software should also be capable of
offering deduplicated tape outs.
The backup software should be capable of performing self healing of backup indexes,
this would include consistency checking on its indexes to verify if there is any corrupt
data.
Ability to backup data from one platform and restore it from another (Open Tape
format) to eliminate dependence on a particular OS machine and for disaster recovery
purposes.
The backup software should be able to encrypt the backed up data using 256-bit AES
encryption.
Software should have full command line support on above mention operating systems.
Should have SAN support on above mention operating systems. Capable of doing LAN
free backups for all platforms mentioned above.
Should support “Hot-Online” backup for different type of Databases such as IBM DB2,
Oracle, MS SQL, Sybase etc.
Software should have an inbuilt feature for Tape to tape copy feature (cloning, within
the tape library) to make multiple copies of the tapes without affecting the clients for
sending tapes offsite as part of disaster recovery strategy.
Pricing of the software not to be dependent on the number of CPUs of the UNIX
machines.
Upgrading the UNIX machines and increasing CPU should not have any commercial
implications in terms of renewing licenses or buying additional licenses.
Should have the optional ability of staging the backup data on a disk and then de-stage
to a tape based on the policy for faster backups.
Should support NDMP backup to disk. Should support NDMP multiplexing of NDMP and
no NDMP data to the same tape. The software should be capable of doing NDMP
configuration through the GUI.
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
96
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
13. Enterprise Content Management System
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
Ability to interface/integrate with standard software tools, graphing and charting tools
Ability to retrieve/import images; image formats graphics; graphic formats etc.
Ability to extract/retrieve/import content from databases
Ability to interface with other platforms
Ability to interface/ integrate with desktop publishing tools
Ability for authors/contributors to create/save content directly into the repository (I.e.
without a separate authoring tool, and without having to author content then import it
into the repository)
Ability to support standard note file automation
Ability to integrate with legacy system like File Tracking system
Ability to define policies for documents such as active / retrieval / archival / destruction
of documents and records.
Ability to access/collect/retrieve/import static and variable content components from
multiple types of sources, including automated systems as well as individual
contributors.
Ability to access/collect/retrieve/import content using import utilities or other code
modules, either user-invoked or invoked via an automated process, from LAN/WAN
locations
Ability to access/collect/retrieve/import content with automated scheduled script as
well as user selection
Ability to identify source of content, original as well as updates
Ability to calculate/create/ cancellation/ modifications new content from existing
components
Ability to handle variable components: text, data, graphics, images, charts and graphs
Ability to create/handle graphs, bar/pie charts from variable and historic data
Ability to define templates as assemblies of components, and use templates to create
document instances; graphical user interface
Ability to compose complete layouts; layout formatting capabilities
Ability to handle variable components in templates: vary in content, vary in size; effect
on resulting document instances
Ability to force page breaks
Ability to embed business rules in template definitions, to vary resulting documents
based on presence/value of specific content
Ability to preview sample document from template definition
Ability to import/convert existing templates
Ability to have built-in functions: page numbering, header/footer sections, columns,
etc.
Ability to re-use components in templates/documents
Ability to cross-reference components to templates/documents, and list the
templates/documents a component is used in
Ability to search templates/components/documents
Ability to search templates/components/documents for replace & replace-all updates;
ability to define search criteria for replace/replace-all
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
97
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
Ability to show how each template/component/document relates to others in search
results
Ability to view actual templates/components/documents in search results: e.g., doubleclick to open
Ability to populate templates from content components to create documents; userinvoked vs. automated
Ability to combine/calculate/generate content when creating documents from
templates
Ability to verify documents; document preview
Ability to refine/customize content on document instances without changing at
template
Ability to revise published documents
Ability to output documents in various presentations formats, including (but not
necessarily limited to): PDF, PowerPoint, Word, Excel, HTML, XML, RTF, etc. formats for
commercial printers.
Ability to deliver components/documents to intranet sites; internet sites; downloadable;
editable vs. read-only
Ability to print-ready output: output usable by commercial printing services
Ability to generate color output
Ability to have edit and dynamic page breaks
Ability to optimize printing for graphics-intensive documents, for varying printer speeds
Ability to enter attribute information about a template/component/document
(including images and graphs): (title, subject, type, keywords/tags)
Ability to generate attribute information such as author, date created, version, date
modified/by whom; at component/document/template save
Ability to search templates/components/documents for retrieval by author, title, date,
type and other attributes, keywords/ tags, full text search, wildcard search, advanced
search (AND, OR, NOT)
Ability to do full-text indexing as well as attribute indexing
Ability to construct search criteria with a wizard, not a query language
Automatic inclusion of archives
Ability to choose directories/sub-directories to search, including archives
Ability to view
actual template/component/document in search results: e.g., double-click to open,
zoom in-out
Ability to print/produce documents from search results
Ability to store templates/components/documents/versions in folders or other
container hierarchy
Ability to organize templates/components/documents: by type, author, date created,
etc.
Ability to check-out and check-in for template/component/document
Ability to check-in only by user who checked out the template/component/document
Ability
to
lock-out
or
notification
of
checked-out
status
for
templates/components/documents being updated
Ability to store and recall versions of templates/components/documents
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
98
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
Ability for user to decide to save a revision/update as a new version or replace existing
version
Ability to distinguish between versions
Ability to compare versions and report differences
Ability to rollback to a prior version
Ability to archive templates/components/documents
Ability for user to define purge criteria and/or retention periods
Ability to audit trail: who changed what when, template/component/document history
tracking
Ability to route automatically and notify for review/approval: status tracking, electronic
approvals, history, annotation, comments , etc.
Ability to attach documents to workflows
Ability for reviewers/approvers to add comments/annotate documents/components,
highlight text, attach related docs/files
Ability to depict graphically workflows end-to-end
Ability to define workflows by document/project
Ability to route to an outside entity via email
Ability to automatically notify via email or system notification, to component and
document owners when a component is changed, so that the owners know what
documents to change
Ability to support for workgroup collaboration; definition/scheduling of
tasks/plans/projects; notifications to users of pending/due/overdue tasks
Ability to track status of task/plan/project
Ability to email templates/components/documents from the desktop
Ability to define distribution lists/mailing lists; ability to email to an outside entity.
Ability to do ad hoc reporting: graphical user interface, wizard, selections vs.
expressions
Ability to track Template/component/document usage
Ability to generate user-definable reports & pre-defined reports
Ability to save report instances to a shared or local drive, printer, etc.
Ability to be platform independent and available on 3-teir architecture with each tier
fully independent.
Ability to have security level at Template/component/document
Ability to create user roles, access levels definable by system admin
Ability to uniquely identify each user
Ability to restrict users having more than one concurrent connection
Ability to store passwords in encrypted format
Ability to support authentication mechanisms
Ability to establish access control for confidential/highly restricted information
Ability to use Digital Signatures for approval
Ability of NAS/SAN support for high volume image/document storage/retrieval
Should support full indexing on documents containing word, tiff and pdf files should
support open environment and based on industry standards like J2EE, .NET and XML
API for custom application development.
Any Enterprise class Content Management is acceptable to us like Documentum,
Filenet, Alfresco, Newgen
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
99
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
14. Database Encryption Device
Hardware Database Encryption device should allow HPBSE to ensure compliance and limit
liabilities by protecting any sensitive data accessed by employees, or third parties. This data
protection solution should protect application, network, and database layers.
Hardware based Database Encryption module HPBSE should be able to protect critical data from
both internal and external threats, ensure compliance with regulatory mandates for security,
and mitigate the risk of data theft.
Appliance-based encryption for database should feature granular, field-level encryption
capabilities and should easily be integrated with the Web server, application server, or database
layer.
Features
Performance
Specifications Required
More than 100000 TPS and less than 100 microseconds latency
Security Algorithms
3DES, DES, AES, RSA (signatures and encryption), RC4, SHA-1, HMACSHA-1
Asymmetric Key sizes
Symmetric key sizes
512, 1024, 2048
40, 56, 128, 168, 192, 256
Multiple certificates, built-in certificate authority, revocation list (CRL)
support
Secure Web-based GUI, secure shell (SSH), console
Certificate Management
System Administration
Web and Application
server support
Supported databases
Supported mainframes
Form factor
Network interfaces
BEA, IBM, IIS, Oracle, Apache,
IBM DB2, Microsoft SQL Server, Oracle & Teradata
IBM z/OS
1U, rack mountable
2 x 10/100/1000 Mbps
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
100
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
15. Enterprise Database Server
•
•
•
•
•
•
•
Support for High Availability Clusters
The database should be able to interface directly with High Availability Clustering
Software on UNIX, Linux & Windows
Database should provide High availability & Disaster recovery using cost effective option
of automatically synchronizing the transaction logs to disaster site, which in case of fail
over the other node provides the availability of all data. This flexibility of log
synchronization should be supported from Enterprise to Entry Level server edition of the
database
Database should have received the security certification from the International Common
Criteria for Information Technology Security Evaluation
Database should also comply with Federal Information Processing Standard 140-2 (FIPS
140-2) standard. This standard describes US Federal government requirements for IT
products that employ cryptographic modules
A centrally Monitored & Browser Based GUI Administration Tool should be available
with the RDBMS to Create, Delete & Manipulate different Database Objects and also
Schedule Queries priorities centrally
The database software should have inbuilt capabilities to provide following capabilities
without the use of any third party plugins. Any separate product if any should be from
the database OEM only.
a. Data warehousing and Analysis Services.
b. Business Intelligence
c. ETL functionality
d. Notifications
e. Performance Management Tools
f. Clustering Tools
g. Tuning and Diagnostics Tools
h. Spatial Database Capabilities
i. Database Compression and Encryption Tools
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
101
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
16. Enterprise Portal Server
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
System shall provide single information view of the data coming from multiple sources
such as web service, XML, SQL source, Web Pages and Spreadsheets. This would need
ability to connect to multiple sources, defining rules and filtering conditions
Portal platform should provide ability to clip any website to encourage re-use of already
available content.
System shall have support for Web-based administration that can monitor data and
events, monitor portal components such as HTTP server, Portal Cache, Portal Repository
etc and maintain portal configuration files.
System shall have support for centralized, web based user provisioning ensuring single
definition of users, roles, groups and access rights.
Portal architecture should support either.NET or Java platform or both.
Portal should deliver content based on user attributes or preferences
System shall have support for Personalization of home page using drag & drop
functionality
Portal should provide a next generation Web 2.0 portal framework built specifically for
componentized Web 2.0 services like wikis, blogs and other Collaboration functionalities
like Communities, Project-based tasks (Creation & Management) etc.
System should be able to manage portal content using web content management from
common content management repository thru out-of-the-box integrations.
Portal search should support content, keywords, Full text & people search.
Portal should provide comprehensive analytics module to tracks portal/community
traffic, searched keywords, system response time, document downloads, user turnover,
visit duration, etc.
The portal platform should provide ability to surface data managed by packaged and
custom applications like ERP through Portlets / Webparts.
The portal platform should provide support for Digital certificates and Secure Interface
for confidential transactions as required.
Portal platform must provide ability to wire the Portlets / Webparts together. This
means that various Portlets / Webparts on a portal page can be connected with each
other using a parameter to produce a simple, contextual application that integrates data
from disparate system
Portal should support multiple languages.
Business User Administration - The portal solution should provide browser-based tools
that would let business-level portal managers intelligently assemble, configure, and
manage enterprise portals. The administration tools should provide granular control
The portal solution should provide the ability to change a site's user interface. Users
shall be able to customize the placement of books, pages and Portlets / Webparts, or
the look and feel of their personal pages.
Should be able to integrate the user profile the Active Directory/LDAP. There should be
capability to perform Active Directory/LDAP crawls to capture user profiles. Once those
are stored, users should be able to add profile information and also create alerts to
profiles to see when their subscribed person publishes or changes information. Users
should also be provided facility to manage their profile information from the portal.
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
102
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
•
The Portal product proposed must not be “already developed application” as a bespoke
application by one system Integrator. The skillsets for the portal product proposed must
exist with multiple System Integrators apart from the bidder who is proposing it in the
RFP response.
17. Two Factor Authentication
•
•
•
The hardware token should be tamper proof
Should provide load balancing and high availability capabilities using multiple primary
and replica servers. Should allow setting up of at least 10 replicas for failover and load
balancing.
All activities at admin console should have an audit trail of all logon attempts and
operations. Logs should be tamper proof should provide tools to check the integrity of
logs.
18. Laptops
Complied / Not
Specification
Processor
Latest at the time of bidding
Maximum
4GB with support up to 8 GB DDR3 memory
Complied
memory
Internal drives
500 GB SATA Hard Disk Drive 7200 rpm
OS
Genuine Windows 7 Professional 64-bit
Preloaded Antivirus
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
103
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
19. UPS (1/5/10 KVA)
Specification
Make & Model Offered
Manufacturer
TECHNOLOGY
Overall Efficiency (AC-AC)
INPUT
Voltage range
Frequency range
Phase
Power Factor
OUTPUT
Voltage
Voltage regulation
Frequency regulation
Harmonic Distortion (THD)
Waveform
Crest Factor
Load power factor
Galvanic Isolation
Battery Backup
Battery Type
ISO 9001 & ISO 14001 Certified
IGBT based PWM Technology
Microprocessor Controlled Digital Design
Double Conversion True On-line UPS
• 85%
160V – 270V
47 to 53 Hz
Single Phase with ground
>0.9 or better
220VAC-230VAC
+/-2% (or better)
50 Hz +/- 0.1% (free Run Mode)
< 3% (linear load)
Pure Sine wave
3:1
0.8 lagging to unit
Provided through Inbuilt, double-wound transformer
Minimum VAH for 1 KVA is 1440VAH, for 5 KVA is 4650 VAH
and for 10 KVA is 16000 VAH.
Sealed Lead Maintenance Free VRLA type
(Lead Calcium SMF batteries NOT acceptable)
DC Bus Voltage
Battery Enclosure
48 volts to 204 Volts depending on ratings
Powder Coated Cabinets matching with color of UPS, Made of
Screw / Nut-Bolt less for easy installation & Maintenance
Battery Brands
Reputed & Reliable brands like Exide, Panasonic, Rocket,
Hitachi, Quanta, Luminous, CSB, Emerson etc.
General Operating Temperature
Alarms & Indications
0 to 40 Degree C
All necessary alarms & indications essential for performance
monitoring of UPS like mains fail, low battery & fault detection
Bypass
Compatibility
Communication Interface Standard
Automatic, Manual Bypass Switch
UPS to be compatible with DG Set supply
RS 232 port for software interface
Optional
Certifications
SNMP interface support
For Safety & EMC as per international standards
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
104
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
20. Bio Metric Device
Make & Model Offered - (To be filled by the bidder)
Effective
Window
Area
(Yes/No)
45X45 mm
Interface
High Speed USB 2.0 with Cable
Resolution
Min. 700X500 dpi
Capture method
Hold still capture/ Rolling capture
Power
DC 5.0V
Drivers/ Software
Compliance
OEM Supplied Software/ Drivers for MS-Windows XP/
Vista/ 7 Platform
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
105
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
21. LAN Switch 24 Port - Managed
Make & Model Offered - (To be filled by the bidder)
Compliance (Y/N)
Interface /Slots
1 x 24 ports 10x100x1000 FE
2 x 1000Mbps ports base single mode
Performance
Packet forwarding rate is 32 Mpps or higher
52 Gbps switching fabric capacity
General Features
Supports Port Mirroring
Supports Port Trunking
Link Aggregation
VLAN features
IEEE 802.1Q VLAN encapsulation
802.1Q
"Minimum 255 VLAN", However SI need to make sure that all
routing and switching equipment should work on same command
line/interface for better manageability"
Security
Support Port based network access control (802.1x)
Support port security
Traffic shaping and policing
MAC Address security/MAC Address Notification support which
allows for notification of new users added or removed.
Management
RS-232 Console port
Easier Software upgrades through network, using FTP, TFTP, etc.
Accessibility using Telnet, SSH, Console access.
Easier Software upgrades through network, using FTP, TFTP, etc
SNMPv1, snmpv2 & v3
Configuration management through CLI, GUI based software
utility and using web interfaces. GUI tools will be provided.
Supports Event and system history logging functions.
Support for Syslog Server required
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
106
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
Provides CPU utilization monitoring and Port description
Standards
IEEE 802.1x support
IEEE 802.3x full duplex on 10BASE-T and 100BASE-TX ports
IEEE 802.1d Spanning-Tree Protocol
IEEE 802.1p class-of-service (CoS) prioritization
IEEE 802.1Q VLAN
IEEE 802.1s
IEEE 802.1w
IEEE 802.3 10BASE-T specification
IEEE 802.3u 100BASE-TX specification
Power Supply
Internal power supply 230 Volt 50Hz input
Mounting
19” Rack mountable
24 ports patch panel
patch cords:
24 nos. of 3 ft patch cords for FE ports with UTP cable termination
from client PCs and
4 nos. of 3” ft. minimum OFC patch cords Duplex with SC-Style
connectors, Single Mode (including Fiber connectors)
All necessary power cords, adapters, data cables, connectors,
CDs, manuals, brackets accessories, wire managers, etc. will be
provided
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
107
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
22. LAN Switch 8 Ports- Managed
Make & Model Offered - (To be filled by the bidder)
Compliance (Y/N)
Interface /Slots
1 x 8 ports 10x100x1000 FE
2 X 1000 Mbps or SFP port
Performance
Packet forwarding rate is 12 Mpps or higher
20 Gbps switching fabric capacity or higher
General Features
Supports Port Mirroring
Supports Port Trunking
Link Aggregation
VLAN features
IEEE 802.1Q VLAN encapsulation
802.1Q
"Minimum 64 VLAN", However SI need to make sure that all
routing and switching equipment should work on same
command line/interface for better manageability"
Security
Support Port based network access control (802.1x)
Support port security
Traffic shaping and policing
MAC Address security/MAC Address Notification support which
allows for notification of new users added or removed.
Management
RS-232 Console port
Easier Software upgrades through network, using FTP, TFTP,
etc.
Accessibility using Telnet, SSH, Console access.
Easier Software upgrades through network, using FTP, TFTP,
etc
SNMPv1, snmpv2 & v3
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
108
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
Configuration management through CLI, GUI based software
utility and using web interfaces. GUI tools will be provided.
Supports Event and system history logging functions.
Support for Syslog Server required
Provides CPU utilization monitoring and Port description
Standards
IEEE 802.1x support
IEEE 802.3x full duplex on 10BASE-T and 100BASE-TX ports
IEEE 802.1d Spanning-Tree Protocol
IEEE 802.1p class-of-service (CoS) prioritization
IEEE 802.1Q VLAN
IEEE 802.1s
IEEE 802.1w
IEEE 802.3 10BASE-T specification
IEEE 802.3u 100BASE-TX specification
Power Supply
Internal power supply 230 Volt 50Hz input
Mounting
19” Rack mountable
8 ports patch panel with UTP cable termination from client PCs
patch cords: 10 nos. of 3 ft patch cords for FE ports
All necessary power cords, adapters, data cables, connectors,
CDs, manuals, brackets accessories, wire managers, etc. will be
provided
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
109
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
23. AC 2 Ton (With Stabilizer)
Make & Model Offered - (To be filled by the bidder)
Compliance
(Y/N)
Type of AC
Split AC
Capacity
Capacity à 2 Tonnage
Cooling à 24000 BTU/Hr
Compressor à Rotary
Refrigerant à R-22 type
Power Supply à 230V/Ph
Performance
EER à 9.7
Air Circulation à CFM 647-794
Noise level à <50db
Operation
Remote Control à LCD
Cables
All necessary cables to install AC
Stabilizer of required rating
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
110
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
30 KVA Diesel Engine DG Set
ALTERNATOR:
Mecc Alte/Crompton Greaves Three phase, 50 cycles, self-regulated, self-excited, screen
protected 30 KVA / 24 KW, 415 Volts, 4 Wire, alternator of rated capacity at 0.8 power factor.
The alternator shall conform to relevant BS/IS standard.
CONTROL PANEL:
Standard/customized, louvered, steel construction Control panel, dust & vermin proof
comprising of MCB/MCCB, CTs for metering, Voltmeter, Ammeter, Frequency meter,
Indications, Fuses etc.
ESSENTIAL ACCESSORIES:
Ø Fuel tank with drain valve, breather, inlet and outlet connections.
Ø Battery with leads.
Ø Anti vibration mountings.
Ø Operator manuals & test certificates
CANOPY:
Doors& Roof shall be fabricated from MS CRCA of adequate thickness with airtight EPDM foam
gasket and 3 point lock. MS/Zinc die cast hinges shall be provided.
INSULATION:
The insulation material shall be PU Foam. The material should be fire retardant.
WINDOW FOR CONTROL PANEL:
Windows for control panel shall be with glass/acrylic and sealed with neoprene rubber gasket.
AIR INLET & AIR OUTLET:
Air inlet and outlet louvers, with special sound reduction dampers for proper air ventilation shall
be provided.
CONSTRUCTION:
The construction shall be modular, bolted construction and shall have access from all sides. All
fasteners shall have washers. The fasteners shall be SS/Zinc coated MS.
LIGHTING:
1 no. lamp with ON/OFF switch and socket inside the canopy shall be provided.
EARTHING:
The Earthing arrangements for DG set / Canopy shall be homogenous.
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
111
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
PAINTING:
All metal surfaces shall be thoroughly treated with degreasing, derusting and phosphating in our
in-house fully-automated, 7 tank pre-treatment process, conveyorised powder coating plant,
before final power coating. The finish shall be suitable for outdoor use.
NOISE LEVEL PERFORMANCE:
The maximum noise level permitted during full load shall be 75 dB (A), measured at 1 meter
distance from the edge of canopy. The product shall be certified by CPCB as per latest sound
norms.
FUEL FILLING & DRAIN:
Suitable external fuel filling and drainage connections with locking facility shall be provided.
FUEL TANK MATERIAL / THICKNESS / CAPACITY:
The fuel tank shall be removable type. The tank shall be fabricated from CRCA / HR pickled MS,
minimum 2 mm thick sheet. The tank capacity shall be 250 Litres.
TEMPERATURE RISE INSIDE CANOPY:
The maximum permissible temperature rise above the ambient shall be 5°C to 7 °C
VENTILATION:
The canopy is equipped with a forced air circulation fan of reputed make.
ANTI VIBRATION PADS:
The anti vibration pads shall be provided below diesel engine and alternator.
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
112
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
24. NMS
The Proposed NMS management solution should have following modules :1. Network Fault Management
2. Network Performance Management
3. Network availability Chart
Network & Server Monitoring
•
•
•
•
•
•
•
The proposed system shall identify over-and under-utilized links and assist in
maximizing the utilization of current resources. The proposed system shall monitor
Performance of Network devices like CPU, memory & buffers etc, LAN and WAN
interfaces, backplane utilization etc.
The proposed system should provide SLA reports based on availability & reachability
indicating uptime, downtime outages, and number of outages and should be
customizable reporting interface to exclude specific outages such as power down
outage from overall SLA computation for monitored servers & network devices.
The proposed solution should provide several performance reports out-of-the-box:
Executive Summary Report, CIO Reports ,IT Manager Reports, Service Level report ,
At-A-Glance , Trend Reports , Top N Reports , What-If Reports , Health Reports ,QoS
Reports out-of-the-box as part of the base performance monitoring product .
The proposed system should be able to auto-calculate resource utilization baselines
for the entire managed systems and networks and allow user to set corresponding
upper and lower threshold limits
Analyzing network traffic pattern is required to help in troubleshooting issues
related to network traffic congestion and type of traffic flowing on network
interfaces based on application & protocols for capacity analysis and providing
breakup of traffic utilization.It should help in identifying what user workstations or
servers are consuming most amount of bandwidth
The proposed solution must be able to monitor and report on unique protocols per
day and display utilization data and baselines for each protocol individually by
interface.
The proposed traffic analysis system must be capable of automatically detecting
anomalous behavior such as virus attacks or unauthorized application behavior. The
system should analyze all NetFlow traffic and alert via SNMP trap and syslog of any
suspicious activity on the network and send it to central network console.
Service Desk Management
•
•
The proposed helpdesk solution must provide flexibility of logging, viewing,
updating and closing incident manually via web interface. Helpdesk solution should
provide interface to define workflows , SLA’s ,users ,notifications as well as ability to
customize web forms and add database tables or columns & map them to forms as
per requirement.
Helpdesk escalation policy must allow easy definition on multiple escalation levels
and notification to different personnel via window GUI/console.
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
113
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
•
•
•
The proposed helpdesk solution must have an updateable knowledge base for
technical analysis and further help end-users to search solutions for previously
solved issues.
The proposed helpdesk solution must integrate tightly with the Knowledge tools and
CMDB
It should support remote management for end-user & allow analysts to do the
desktop sharing for any system located anywhere, just connected to internet.
Remote desktop sharing in Service desk tool should be agent less & all activity
should be automatically logged into the service desk ticket.
25. SPECIFICATION OF DATA CENTER
1. Data Center Infrastructure for the user will be installed to provide highest level of physical
security and also risk coverage. The data center once implemented should offer comprehensive
protection and multi-functional security coverage for backup systems, server systems, and
network and communication systems. It should fulfil all the requirements of the category “high
availability protection”
2. Data Centre needs to be a Tier II Data Centre As per specified in Tier Classification Manual,
The Agency shall therefore adequately plan for high availability of equipments and build for the
necessary operational support to maintain an uptime of 99.9% on a quarterly basis. The Agency
should also ensure that all the equipment in the Data Centre is appropriately maintained and
managed for a period of 5 yrs
3. Data center infrastructure will be implemented by the Vendor as a turn key solution as per
the Specification given in the successive paragraphs. Approximate size of Data Center would be
600 Sqft.
Blue print of the Data Center building will be handed over to the successful bidder after award
of contract. Vendor will undertake all necessary activities for successful implementation of the
Data Center. The Specification of Data Center is as follows.
RACK
These racks will be used to mount and house all server / network / storage devices in the data
center The rack has to be designed to meet the safety requirements of the modern data centre.
Both the front and rear door should have got a comfort handle with different locking options.
Cable entry should be entered via the roof plate and via the gland plate without affecting the
climatic conditions inside the rack.
Server Rack 42U
Technical specifications:
•
•
•
•
Dimensions 600 x 2000 x 1000 (WxHxD)
Enclosure frame and panels dipcoat primed in RAL 7035 Grey
Panels additionally powder-coated
Front perforated steel door (130°), with 78% perforation
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
114
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
•
•
•
•
•
Rear sheet steel Perforated door (130°) with 78% perforation
482.6 mm (19”) mounting frames, front and rear
Load capacity of the interior installation: 10,000 Newton per rack
Fan Tray 4 Fans, Levelling feet, Hardware Pack of 100
Copper Earth Bar 1800mm high with 15 wires, 15 connection clamps, fitted on busbar
support for 15 devices.
Network Rack 42U
Technical specifications:
•
•
•
•
•
•
•
•
•
Dimensions 800 x 2000 x 1000 (WxHxD)
Enclosure frame and panels dipcoat primed in RAL 7035 Grey
Panels additionally powder-coated
Front perforated steel door (130°), with 78% perforation
Rear sheet steel Perforated door (130°) with 78% perforation
482.6 mm (19”) mounting frames, front and rear
Load capacity of the interior installation: 10,000 Newton per rack
Fan Tray 4 Fans, Levelling feet, Hardware Pack of 100
Copper Earth Bar 1800mm high with 15 wires, 15 connection clamps, fitted on busbar
support for 15 devices.
Power
Electrical Power Distribution System. The data center will be provisioned with structured power
distribution system. The 3 Phase commercial conditioned 440V/50Hz power supply will be made
available by the user at the Distribution panel along with MCBs.
Main Distribution Panel-Data Center
This Main Distribution panel will be used to distribute power to all power consuming devices
used in data center such as: UPS, Lighting, Fire Fighting equipment, cooling, security, etc
Technical specifications
•
•
•
•
•
•
•
•
Vendor will supply, install, test &commission, the main distribution panel.
Complete Single Line Diagram should be made and certified by the user before starting
the work.
The wiring will be carried out by the vendor by using fire retardant appropriate rating
electrical cable
All power rating should be designed in consideration with all the devices involve inside
data center
Complete distribution should not have any single point of failure,
Complete distribution panel should be non compartmentalized type, modular, totally
shrouded
Bus bars should be of Electrolytic Grade Copper as per EN 13601
Bus bar support and cover systems are fire retardant as per UL 94 V0.
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
115
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
SPECIFICATION UPS DISTRIBUTION BOARD
This UPS Distribution panel will be used to distribute power to all Server/ Network Racks,
Security, Emergency Lighting
Technical specifications
•
•
•
•
•
•
•
•
Vendor will supply, install, test &commission, the UPS distribution panel.
Complete Single Line Diagram should be made and certified by the user before starting
the work.
The wiring will be carried out by the vendor by using fire retardant appropriate rating
electrical cable
All power rating should be designed in consideration with all the devices involve inside
data center
Complete distribution should not have any single point of failure,
Complete distribution panel should be non compartmentalized type, modular, totally
shrouded
Bus bars should be of Electrolytic Grade Copper as per EN 13601
Bus bar support and cover systems are fire retardant as per UL 94 V0.
SPECIFICATION POWER SYSTEM MODULE (PSM):
PSM. This concept should include complete power distribution system of the Rack , i.e. feed,
distribution, and protection. It should have easy to add simple plug-in modules, including
various country versions.
The essential features of PSM are:
• Two separate 3~ feeds, which should facilitates a redundant structure
• 96A of power available; 48A per feed
• 7 plug-in modules should be installed over a length of 2m, corresponding to 42 fully insulated
IEC 320 slots
• Shockproof design, i.e. it is even possible to partially equip the strip
• Modular design, simple installation
• Complete compatibility with the all enclosure systems
EARTHING:
Data center Infrastructure Needs to be provisioned with Suitable Separate Earthing for all
equipments.
Vendor will take care of complete Earthing provision at site.
Earthing for Electrical System
Electrical Earthing for UPS
Electronics Body Earthing for Data Centre Infrastructure
Complete Copper Earth bar should be provisioned below the false floor for each rack. And
connected to main earth.
Precision Air Conditioning
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
116
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
i)
The Data center should be equipped with Precision Air Conditioning System to
remove high levels of waste heat from server enclosures and to provide uniform,
effective, affordable cooling for Servers and similar IT equipment (switches etc)
installed in server enclosures.
ii) Air-circulating climate control system (CRAC) for operation with coolant R407c Onepiece air-circulating climate control enclosure Unit for recirculating air operation for
use in Data Centres and other IT operational environments. The airflow direction
inside the unit is from top to bottom. The supply air is blown out in the raised floor.
iii) Each unit should be capable of providing sensible cooling capacities at rated
ambient temperatures with adequate airflow.
iv) The Inside Conditions should be viz. 20 + 1 Deg. C and relative humidity is 50+ 5%
RH.
v) The Power Consumption of compressors should not be more then 8.8KW
vi) The system should contain Scroll compressor, Evaporator, Humidifier, Condenser
and an Externally Equalized Thermostatic expansion valve (TXV), all of which should
be contained within the cabinet of the unit. The unit controller should be
microprocessor based and include a large. There should be a provision for LCD
backlit graphic display for clear visibility of text and graphics. The display and control
buttons should be accessible from the unit front without removing any external
panels.
vii) The PAC Units should be having CE marking
viii)
The CRAC system should be one-piece air-circulating climate control enclosure
for stand-alone air circulation operation, and is used in server rooms.
ix) The air should conveyed by a fan installed outside of the unit housing, which is
mounted in a base in the raised floor.
x) The fan should be installed as a free-running wheel with an integrated with radial
fan and EC motor. Internal deflection and impact losses in the unit are minimised
through installation in the raised floor. The fan speed should be set via EC controller
according to the individual volumetric flow
i) Total 3 No.8.15 TR of such units should be installed in n+1 mode.
Security
CCTV Surveillance.
The system will be fitted with an IP enabled CCTV based surveillance system for monitoring of
activity within the Data Center. The system must be supplied with suitable number of cameras
and control system to cover each nook and corner of the DC and the access door. The system
should have the facility of remote viewing over IP network and recording for atleast 1 week.
Biometric Room Access Control System:
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
117
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
The Access Control System shall be used to serve the objective of allowing entry and exit to and
from the data center within the facility to authorized personnel only User defined reporting and
log formats. Fail safe operation in case of no-power condition and abnormal condition such as
fire, theft, intrusion, loss of access control, etc. Day, Date, Time and duration based access rights
shall be user. Suitable Door Controller system shall be provided. The Controller shall be UL
Listed. Should support 5000 users with access rights for every panel, across 512 modular doors
in a system.
Rodent Control
Supply, installation and Commissioning of Pest Repellant System comprising of following:
Ultrasonic Pest Repeller (VFHO Model), with 2 Master Console and 12 Satellites. Cable 2 Core x
1.5 mm2 Cu. Are. Factor range shall be between 0.5 and 2.0 (where 2.0 double the normal)
Illumnated Signage
Agency should also provide Illuminated signs with proper naming convention should be installed
in the Data Centre.
Fire Detection
Agency Should Provide The fire detection system should be a highly sensitive air sampling smoke
detection system to detect a potential fire even before it breaks out. The detector could be
made of laser or Led light source and should offer basic response sensitivity of 0.01% light
obscuration per metre. The system should have programmable alarm level for pre-alarm and
main alarm. The system should come with separate indicator board for installation outside the
monitored area with indicators for alarm levels, fault indicators and indication of smoke density.
Fire Extinguishing System
In order to reduce the residual risk of a fire inside the room caused by the server and
Networking components an effective FM-200 based fire extinguishing system to be fitted. The
system to be provided with tanks for agent, dispensing unit controlled by the fire detection
system
Remote Management
Intelligent Room Control System.
The Data Center infrastructure must be installed with intelligent IP Based SNMP Enabled system
to monitor, control and document physical parameters inside the data center. Such as
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
118
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
Temperature, Humidity, Smoke, Vibration, Motion, Precision AC Failure Alarm, also fitted with
alarm signal lamp to give visual indication of such alarms
Rack Mount Monitors with Keyboard and Mouse.
This compact 1 U console, space-saving server administration. In order to access other servers,
this monitor/keyboard unit should easily combined with the KVM switches ,This should make it
possible to connect up to 32 servers to one unit in 1 U.
The peculiarity of this compact solution is that a 482.6 mm (19 ) keyboard including number
pad and keypad may be integrated, in spite of its small size.
The minimal depth of the unit, at just 510 mm (680 mm with 15inch TFT display, The
installation kits supplied should allow it to be adapted to an existing difference between levels
of 680 – 850 mm for the 482.6 mm
When closed, the drawer can be locked for protection against unauthorized operation. In order
to prevent heat accumulation when folded, the backlight should deactivated automatically
KVM Switch
16 Port IP Enabled CAT 5 Based KVM switch will be installed in Data Centers fro remote access of
the servers. The KVM switch must meet following specifications:(a) Should have 19” 1U form factor and should have built in rail assembly for rack mounting.
(b) Should have at least 16 inputs for server connection.
(c) Should have built in RJ-45 Ethernet interface for remote access. Should have built in
SNMP web server for remote based web access.
(d) Should have support for SSLv2/3 for encryption of web access sessions.
(e) Should have PS/2 interface for mouse and keyboard.
(f) Should have LEDs to indicate active selection.
(g) Power Supply: 200 V AC at 50 Hz.
(h) Rack mount monitor and KVM switch should be from same OEM.
Low Side Work
Raised False Flooring.
The data center to be provided with raised false floor with vents for conditioned air. The floor
should be properly mounted on a suitable structure so as to withstand the load of racks,
equipments and operating personnel. The raised false floor to provide space for the installation
of cables and should ensure the equal distribution of the conditioned air. The height of the false
floor should be site specific and should be adjusted to accommodate 42U rack inside the Data
Center. The false floor must be mounted with electrostatic protection coating material.
False Sealing.
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
119
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
The data center to be provided with false gypsum sealing the sealing should be properly
mounted on a suitable structure so as to withstand the load of lights and other fixtures
Cable Trough Data / Power
The data center should come equipped with separate ducts for power supply distribution and
communication cable. The duct should be designed in such a way that it is possible to do the
retro fitment in future. The ducts should be positioned in accordance with the racks for
structured and snarl free wiring. The size of the power cable duct and communication cable duct
should be such that it must be possible to accommodate
Wiring needs for 120 Servers. Vendor will install the UPS, Power distribution panel and do the
necessary power distribution wiring for each server rack.
Lighting.
Lighting circuit wiring shall be laid in PVC conduit / Aluminum race ways concealed in brick wall /
cleated on ceiling The bidder shall carry out design, engineering, installation, wiring,
connections, testing and commissioning of the lighting system using 2 nos. 2.5 sq. mm. PVC
copper wire & 1 no. 1.5 sq. mm PVC copper earth wire Lighting fixtures & Point wiring shall be
supplied, erected, connected and tested as required in the entire Server/Datacenter Facility
Illumination level shall be maintained between 400 Lux in all Server/Datacenter Area 2X36 W
CFL Mirror Optics reflector, anti-glare ceiling/recessed mounted light fixtures with CFL shall be
used
Pest Treatment.
Complete Data Center area should be rectified with pest treatment process with certified pest
treatment process. With a wartranty of minimum 5 years.
Civil & Interior Work.
Vendor Has to carryout complete civil & interior work at site ,User Will provide only raw floor as
available at site, vendor needs to provide complete work related to civil and interior
requirement for Data Center Infrastructure. Such as
Doors, Wooden Partitions, Wooden paneling, Painting, Skirting, POP, Polish, Plastering, Curing,
Brickwork Cement & Concrete Work, Excavation etc. As per the drawing available.
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
120
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
26. Tape Library
•
Should have LTO-5 or latest technology based library with at least 4 number LTO-5 tape
drives and at least 60 LTO Ultrium cartridge slot attachable to SAN with native FC
network and should be rack mountable.
•
The proposed LTO library solution should be upgradeable to minimum 15 drives and
over minimum 300 slots
•
The proposed LTO library solution should be capable for providing a backup window of
about 8 hour and multiple frequencies per day.
•
The native LTO-5 capacity should be 1.5TB and native data transfer speed should be
140MB/s.
•
The compression ration should be 2:1
•
The library should be natively configured with Barcode Reader
•
Vendor shall provide 75 x LTO 5 labeled Cartridges + 5 Cleaning Cartridges
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
121
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
27. Passive Components
1.
S.No.
Cable Laying
Particulars
Specifications
Make, Model & Price
Cabling
Structured Cabling as per industry Standards
UL * R certified for complete channel for both fibre and UTP
(CAT6) cables.
20 years’ standard performance warranty will be given on passive
components
Documentation
& Lay-outs
UTP or OFC Cable route, with detailed diagram and plan for
laying of UTP and OFC for approval.
Termination of cabling component, UTP cable and OFC with
labels
&
marking
as
per
approved
labelling
plan
&
documentation.
Documentation for LAN in HPBSE (Hard and Soft Copy) will be
maintained for entire 3 years period of Project.
Conduits
and
Channels
PVC pipe or Casing type
ü Should be 1” diameter, with ISI mark.
ü At least 4 cable can laid in one casing
ü Using clamp or gulli channel should be fix on wall and
distance between two gulli or clamp not more then 6
inch.
GI pipe
ü Should be 2” inch diameter class B standard
ü At least 2 cable can laid in one pipe
ü Underground OFC should be laid in GI pipe only.
Passive
component
UTP cable laying
Should follow approved plan.
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
122
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
OFC laying on OFC laying on wall or underground in GI pipe, vendor will follow
wall or under as approved plan.
ground
2.
S.No.
UTP Cable
Particulars
Specifications
Make, Model & Price
Physical Attributes
Type
UTP, Cat 6, ANSI/TIA/EIA 568-B.2.1
Conductors
24 AWG solid copper
Insulation
Polyethylene/Polyolefin
Thickness 0.22 ± 0.03mm
Operating
-20 to +60 Deg. C
temperature
Jacket
Flame Retardant PVC
Approvals
UL*R certified
Will be certified by independent test lab (ETL etc) for
zero bit error rate Gigabit Ethernet Performance
Capabilities
Frequency tested 100 MHz>=250 MHz
up to
Delay Skew
25ns-45ns / 100m Max.
Impedance
100 • ± 6 •
Performance
Attenuation, Pair-to-pair and PS NEXT, ELFEXT and
characteristics
to PSELFEXT, Return Loss, ACR and PS ACR
Be provided along
with bid
3.
S.No.
Jack Panel
Particulars
Specifications
Make, Model & Price
Attributes
Type
8-port / 24-port, Modular, PCB based, Unshielded Twisted
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
123
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
Pair, Cat 6, ANSI/TIA/EIA 568-B.2.1
Jack Type
Cat 6
Circuit Identification Port Labelling for port identification on each of 24-ports
Scheme
Port Identification
Labels on each of 24 ports (to be included in supply)
Height
1 U (1.75 inches)
Modular Jack
750 mating cycles
Accessories
Strain relief and bend-limiting boot for cable or rear cable
manager for cable
support/ Cable Support accessories
Jack contacts
Phosphorous bronze, plated with gold
Panel
Black, powder coated steel
Approvals
UL*R listed and UL certified for zero bit error rate Gigabit
Ethernet
Termination Pattern
ANSI/TIA/EIA 568 A and B;
Performance
Attenuation, NEXT, PS NEXT, FEXT and Return Loss
Characteristics
Warranty
Both fibre and UTP (CAT6) cables.
20 years’ standard performance warranty will be given on
passive components
4.
S.No.
Mounting Cord
Particulars
Specifications
Make, Model & Price
Attributes
Length
3 Feet or 7 Feet
Conductor
24 AWG 7 / 32, stranded copper
Cable Type
UTP CAT 6 ANSI/TIA/EIA 568-B.2.1
Plug Protection
Matching colour boot to maintain bend radius
Warranty
20-year component warranty
Cable Type
Cat 6
Terminals
Phosphor Bronze with gold plating
Jacket
PVC
End
point Factory standard connector will be terminated at both end
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
124
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
connector
60.1.10
Insulation
5.
S.No.
Flame Retardant
Information Outlets (I/O)
Particulars
Specifications
Make, Model & Price
Attributes
Type
1-port, Shuttered, White/Ivory, with surface box for
surface mount applications,
Cat
6,TIA/EIA
568-b.2.1
Cat
6,
100
•,
Cable
Accommodate minimum of 8-Position/8-Conductor
Modular Jacks
22-24 AWG copper cable,
DC Resistance
0.3 •
Interface resistance
20 milli •
Material
ABS/Polycarbonate
No. of ports
One
Protection
Shutters
Identification
Will be supplied with label for port identification
6.
S.No.
LIU
Particulars
Specifications
Make, Model & Price
Attributes
Fibre optic patch 19-inch, Rack mounted or wall mounted
panel
Height
1U
No. of ports with 12
connectors
Cable Management Front and rear cable management rings
rings
No. of 6-port / 12- 2/ 4 Max.
port adapter plates
Fiber Optic Adapter 6 Port SC type, SM
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
125
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
Plate
7.
S.No.
OFC
Particulars
Specifications
Make, Model & Price
Attributes
Cable Type
6 -core, Single Mode, Armoured, Loose-tube, Gel
filled
Fibre Type
Single Mode, 9 / 125, 250 micron primary coated
buffers
No. of cores
6
Armour
Corrugated Steel Tape Armour
Cable
Construction BELLCORE GR 20 / IEC 794-1
Type
Attenuation
@ 1310nm
0.45 db/KM
@1500/1550nm
0.4 dB/KM at 1500nm or 0.25dB/Km at 1550nm
Tensile rating
1200N
Maximum
Crush 3000N
resistance
Operating
-40 Degree C to +60 Degree C
Temperature
8.
S.No.
Fibre Patch Cord
Particulars
Specifications
Make, Model & Price
Cable type
Single mode
Length à 3” ft minimum
Duplex with SC-Style connectors, SM, 9 Micron
Losses à < 0.5 db
9.
Fibre connector
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
126
RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II
S.No.
Particulars
Specifications
Make, Model & Price
Connector
Type
SC-Style, Simplex Single Mode
MM connectors à 500 cycles, Beige
SM connectors à 220 cycles, Blue
Ferrules à Pre-radius Ceramic Ferrules
Attenuation
Not more than 0.5 dB per mated pair
Operating
temperature
-40 Degree C up to +75 Degree C
SOCIETY FOR PROMOTION OF INFORMATION T ECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH
127