Page 1of 31 Hyderabad – 500004, Telangana State, India.
Phone: (40)23224935, 23226970; Fax: 23227458 Email: mngdirector-tsts@telangana.gov.in
Website: http://www.tsts.telangana.gov.in CIN No: U74900TG2015SGC101517
Lr.No. TSTS/IIP/189/TSDC-FM&MS2019 Dated: 04.02.2020 To
The Prospective bidders Sir,
Sub: TSTS - Open Competitive Bid for “Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Data Center (TSDC).” - Pre-bid Minutes to bidders - Intimation – Reg
Ref: 1. Tender Ref: TSTS/IIP/189/TSDC-FM&MS2019, Dt: 01.12.2019.
2. Pre-Bid conference meeting held on 11.12.2019.
--o0o--
TSTS invited bids on 01.12.2019 as per the procedures of Open Competitive Bidding for
“Selection of System Integrator for Facility Management & Maintenance Services (FM&MS) of Telangana State Data Center (TSDC).” Pre-bid conference meeting was held on 11.12.2019. The specifications, terms and conditions of the bid document were discussed during Pre-bid Conference.
Following are the clarifications/amendments given to the bid document:-
a) Annexure I - Addendum/ Corrigendum
b) Annexure II - Responses to the Queries & Clarifications to the RFP.
c) Annexure III - Revised Manpower requirement d) Annexure IV - Revised Bill of Material
e) Annexure V - Revised Commercial Bid Forms
All other terms and conditions in the RFP remain unaltered.
Yours sincerely, Sd/-
i/c. General Manager
Page 2of 31 S.
No.
RFP Page
No.
RFP Clause
No.
Description as per RFP Clause Clarifications / Amendment 1. 11 Tender
Call Notice
Time schedule of various tender related events:
Bid Closing date and time 20.12.2019, 03:00 PM
Amended to:
Time schedule of various tender related events:
Last Date/ Time for sale of document:
17.02.2020, 02:00 PM Bid closing date and time:
17.02.2020, 03:00 PM Bid opening date and time:
17.02.2020, 04:30 PM 2. 16 2.1.c The bidder should have
commissioned and installed at least Four SDC’s in the last ten (10) years as on 31/03/2019.
Note: Bidder’s in-house data centers shall not be considered
Amended as:
The bidder should have commissioned and installed at least Three or more Tier II/ Tier III / Tier IV Data Center of Central Government Department/ State Government Department/ PSU/ Govt.
Undertaking projects in the last ten (10) years as on 31/03/2019. Note: Bidder’s in-house data centers shall not be considered
3. 16 2.1.d The bidder must have experience in providing Facility Management
& Maintenance Services in at least Three SDC (Tier III / Tier IV) during any of the last three financial years in India 2016-17, 2017-18 & 2018-19).
Amended as :
The bidder must have experience in providing Facility Management &
Maintenance Services in at least Tier II/ Tier III / Tier IV Data Center of Central Government Department/ State Government Department/ PSU/ Govt.
Undertaking projects during any of the last Five financial years in India 2014 - 15, 2015-16, 2016-17, 2017-18 & 2018- 19).
4. 17 2.1 (L) The bidder must have on its payroll at
least 500 technically qualified professionals in the area of Data Centers/networking/ systems integration services as on 31.03.2019.
Amended as:
The bidder must have on its payroll at least 300 technically qualified professionals or more in the area of Data Centers/networking/ systems integration services as on 31.03.2019.
5. 18 2.2 Technical Evaluation criteria:
Bidders experience in commissioning and installation of Tier III / Tier IV Data Center in the last ten (10) years as on 31/03/2019.
Note: Bidder’s in-house data centers shall not be considered Work order/ Contract Extract indicating the scope of work along with the Data Center certification details. – Use Form T1
Only Project Cost greater than Rs. 5 Cr and the contract in the last 10 financial years will be considered.
Amended as:
Bidders experience in commissioning and installation of Tier II/ Tier III / Tier IV Data Center of Central Government Department/ State Government Department/ PSU/ Govt. Undertaking projects in the last ten (10) years as on 31/03/2019.
Note: Bidder’s in-house data centers shall not be considered
Work order/ Contract Extract indicating the scope of work along with the Data Center certification details. – Use Form T1 Only Project Cost greater than Rs. 5 Cr and the contract in the last 10 financial years will be considered.
Page 3of 31 No. No.
6. 18 2.2 Technical Evaluation criteria:
Bidder’s experience in providing Facility Management &
Maintenance Services in Tier III / Tier IV data centres, during the last three financial years in India (2016-17, 2017-18, 2018-19) – Use Form T2.
Amended as:
Bidder’s experience in providing Facility Management & Maintenance Services in Tier II/ Tier III / Tier IV data centres of Central Government Department/
State Government Department/ PSU/
Govt. Undertaking projects, during the last three financial years in India (2016- 17, 2017-18, 2018-19) – Use Form T2.
7. 19 2.2 Technical Evaluation criteria:
Technical Presentation- Form T12.
Amended as:
Technical Presentation- Form T12.
Must consists
1. Best Practices that will be adopted 2. Value Added Services that will be
provided.
8. 19 2.3 Evaluation of Financial bids Amended as:
Form F1 (Abstract of Cost
Components) = Table no F2.1+F2.2 9. 22 Section
3.10
Performance security value:
10% of contract value in favour of The Managing Director,
Telangana State Technology Services Ltd
Amended as:
Performance security value to be submitted separately to TSTS & APTS as 10% of the contract value
respectively in favor of The Managing Director, Telangana State Technology Services Ltd. & in favor of The Managing Director, Andhra Pradesh Technology Services Ltd.
10. 22 Section 3
Add:
Singing of Contract:
The Successful Bidder will be signed the Contract separately with TSTS &
APTS.
11. 22 Section 3.16
Payment terms:
TSTS will make Quarterly payment to Vendors upon submission of invoices and supporting reports/ documents required as per the RFP.
Amended as:
TSTS & APTS will make Quarterly payment to Vendors upon submission of invoices separately with supporting reports/ documents as follows: - 1. AMC of IT & Non-IT and Manpower
cost shall be paid as per the requirement of TSTS & APTS.
2. The consumable cost shall be reimbursed to DCO on Quarterly basis by APTS & TSTS as per Rack Space usage.
12. 45 4.37- Notes
Manpower Criteria - All the resource should be on the roles of Bidder Organization and shall have minimum qualification, certifications and experience in the relevant core area as mentioned above.
Amended to:
Revised requirement as per Annexure – III.
13. 53 4.38.13 .2
Penalties-2 - Three consecutive quarterly deductions of more than 50 % of the applicable fee because of any reasons will be deemed to be an event of default and may lead to termination.
Amended as:
Three consecutive quarterly deductions of more than 20 % of the applicable fee because of any reasons will be deemed to be an event of default and may lead to termination.
14. 87 Section 10 –
Bill of Material Amended to:
Revised Bill of Material as per Annexure – IV.
15. 108- 114
Section 11 – Forms
Form F – Commercial Bid Amended to:
Revised Commercial Bid forms as per Annexure – V.
Page 4of 31 S.
No
RFP Page
No.
RFP Clause
No.
Description As per RFP Clause Bidder's Request for Amendment / Clarifications
TSTS Responses to the Queries
1. 16 2.1. e Pre-qualification Checklist
The bidder should have an average annual turnover of Rs. 100 Crores or above with a Positive Net Worth as per audited balance sheet in the last three financial years (2016-17, 2017-18, 2018- 2019) from IT infrastructure/ITE
Services/ IT Projects.
The bidder should have an average annual turnover of Rs. 10 Crores or above with a Positive Net Worth as per audited balance sheet in the last three financial years (2016-17, 2017-18, 2018- 2019) from IT infrastructure/ITE Services/ IT Projects.
No change, as per RFP.
2. 16 2.1. f Pre-Qualification Criteria
The bidder must have prior experience in implementation of Operations and Maintenance of Data center for Central Government Department/ State Government Department/ PSU/ Govt.
Undertakings having the project/
contract value during last 3 financial years i.e. (2016-17, 2017-18, 2018-19) a. Single Project – Rs.15 Crores or b.
Two Projects - Rs.10 Crores of each or c. Three Projects – Rs. 5 Crores of each
The bidder must have prior experience in
implementation of Operations and Maintenance of Data center for Central Government Department/
State Government Department/ PSU/ Govt.
Undertakings/ OR Private Sector having the project/ contract value during last 5 financial years a. Single Project – Rs.15 Crores or b. Two Projects - Rs.10 Crores of each or c. Three Projects – Rs. 5 Crores of each
No change, as per RFP.
- Private Sector Data Centres will not be considered.
3. 16 2.1. f Pre-qualification Checklist
The bidder must have prior experience in implementation of Operations and Maintenance of Data center for Central Government Department/ State Government Department/ PSU/ Govt.
Undertakings having the project/
contract value during last 3 financial years i.e. (2016-17, 2017-18, 2018-19) a. Single Project – Rs.15 Crores or b. Two Projects - Rs.10 Crores of each or
c. Three Projects – Rs. 5 Crores of each
The bidder must have prior experience in
implementation of Operations and Maintenance of IT Infrastructure for Central Government
Department/ State Government Department/ PSU/
Govt. undertakings/ Anywhere Globally having the project/ contract value during last 3 financial years i.e. (2016-17, 2017-18, 2018-19)
a. Single Project – Rs.5 Crores or b. Two Projects - Rs.3 Crores of each or
c. Three Projects – Rs. 2 Crores of each
No change, as per RFP.
Data Center experience is mandatory and of Operations.
Maintenance of IT Infrastructure cannot be considered.
4. 17 2.1 (j) Pre-qualification Checklist
The Bidder must submit self-declaration letter for back to back agreement with OEM (VMware, Nutanix, HP, Dell, Lenovo, Cisco, Netapp, Radware, Fortigate and checkpoint) for product support. The bidder must submit
The Bidder must submit self-declaration letter for support agreement with OEM/OEM partner (VMware, Nutanix, HP, Dell, Lenovo, Cisco, Netapp, Radware, Fortigate and checkpoint) for product support. The bidder must submit agreement with OEM/OEM Authorized partner
No change, as per RFP.
It is responsibility of the bidder to get self-declaration letter for back to back agreement with OEM Only.
Page 5of 31 No. No.
agreement with OEM/OEM Authorized partner within 1 month of signing of contract. Beyond that 2% penalty shall be deducted on weekly basis without any cap on the QGR until the submission of the document to TSTS
within 1 month of signing of contract. Beyond that 2% penalty shall be deducted on weekly basis without any cap on the QGR until the submission of the document to TSTS
5. 18 2.1 (m) Pre-qualification Checklist
The bidder shall have a valid ISO 20000 or ISO27001 or ISO 9001 certification as on
bid calling date.
The bidder shall have a valid ISO27001, ISO 9001 and CMMI Level 3 certification as on bid calling
date. No change, as per RFP.
6. 22 3.1(9) Statement of important limits/values related to the bid
Period of furnishing the performance Security-Within 15 working days from receipt of notification of Award.
Period of furnishing the performance Security- Within 15 working days from signing the agreement with mutually agreed terms &
conditions
No change, as per RFP.
7. 22 3.1(12) Statement of important limits/values related to the bid
Date of signing the contract -Within 21 working days from date of receipt of notification of
award
Discussion is required to agree mutually on terms
&conditions of the contract and the contract shall
be signed only after mutual agreement. No change, as per RFP.
8. 22 3.1 (15) Statement of important limits/values related to the bid
3.1 Statement of important limits/values related to bid-Point no. 15-36 months from the date of successful takeover of all goods/services.
3.1 Statement of important limits/values related to bid-Point no. 15-36 months from the date of successful takeover of all goods/services or Agreement signing date whichever is later
No change, as per RFP.
9. 22 3.1 (19) Statement of important limits/values related to the bid
Conditional Bids - Not accepted, liable for rejection
Conditional Bids - Accepted unless material deviations
No change, as per RFP.
As per RFP Terms and
Conditions, conditional bids are not acceptable.
10. 32 4.17.8 Security Administration Services
Ensuring that the security policy is maintained and updates to the same are made regularly as per ISO 27001, BS 7799 and BS 15000, ISO 20000 guidelines
Please clarify the date of expiry BS 7799 and BS 15000, certificates
Clarification:
The point defines that DCO should follow all the security guidelines as per the standards.
No need of certifications of BS 7799 and BS 15000
11. 34 4.19 Application Related Services
The application hosting plan at the SDC cannot be finalized at this point in time and will only develop over a period.
However, DCO’s scope of work will include only the Application Monitoring services for the proposed Data Centre
Please clarify the scope of MSP in application migration and monitoring tools currently in place.
Clarification:
DC has CA &Bluemadora Monitoring tools. ITE&C Dept./TSTS will give time to time suggestion and directions for smooth functioning.
Page 6of 31 No. No.
12. 40 4.30 Security Audit of Network
The DCO shall also be responsible for the security audit of the network to be carried out by a Cert-In empanelled agency in every six months other than the successful bidder. The Audit report shall be submitted to GoTS by the Audit agency.
Please clarify whether, DCO scope is limited to vendor coordination or provide the complete scope including charges incurred for network audits?
Clarification:
It is under DCO Scope to carry out security audit of the network by a Cert-In empanelled agency in every six months, it is the part of O&M Project. No additional cost will be paid during the contract period 13. 41 4.33.1 Asset
Management Services
The DCO shall be responsible to maintain database of all the equipment/
software procured/Installed under SDC Project.
What are the current IT tools landscape (including
ITSM, Monitoring, CMDB, Patch &, AM, etc.,) Clarification:
DC has CA &Bluemadora Monitoring tools. ITE&C Dept./TSTS will give time to time suggestion and directions for smooth functioning.
14. 42 4.34 Electricity Management
Electricity Management - 1) The DCO will pay the monthly electricity bill of SDC to TSSPDCL and submit electricity bill with the original payment
acknowledgement slip from TSSPDCL along with their debit note on quarterly basis to TSTS.
Electricity Management - The DCO will pay the monthly electricity bill of SDC to TSSPDCL and submit electricity bill with the original payment acknowledgement slip from TSSPDCL along with their invoice with applicable GST charged on quarterly basis to TSTS.
Clarification:
The actual payment will be paid by TSTS. If payment includes GST, the same will be paid.
15. 43 4.36 Handover/
Takeover Process
The bidders are strongly advised to study the existing SDC by way of site survey at their own cost and risk to get first-hand information on the existing SDC infrastructure and equipment at indoor and outdoor and at user department infrastructure. The successful bidder has to take over all the equipment from the existing SDC operator. The existing SDC operator shall handover the equipment in working condition with valid licenses. A jointly signed taken over/handing over
document should be submitted to TSTS offing the takeover period or before the effective date whichever is earlier.
The bidders are strongly advised to study the existing SDC by way of site survey at their own cost and risk to get first-hand information on the existing SDC infrastructure and equipment at indoor and outdoor and at user department infrastructure. The successful bidder has to take over all the equipment from the existing SDC operator. The existing SDC operator shall handover the equipment in working condition with valid licenses. A jointly signed taken over/handing over document should be submitted to TSTS offing the takeover period or before the effective date whichever is later.
No change, as per RFP
Page 7of 31 No. No.
16. 43 4.36 Handover/
Takeover Process
Handover/Take over process: As the SDC is live, both the existing SDC operator and new service provider have to work in parallel for 30 days
Handover/Take over process: As the SDC is live, both the existing SDC operator and new service provider have to work in parallel for 60 days.
Minimum notice period for hiring the resources now is 2 months. No penalty would be applicable for swapping the resources who were placed in the Data for the interim period during the transition period.
No change, as per RFP.
17. 45 4.37 (Notes-2)
Manpower Criteria
Not more than 20% of the total manpower of FMS Team is allowed to change on yearly basis
Not more than 20% of the total manpower of FMS Team is allowed to change on yearly basis except on the grounds of disciplinary, health/medical or career ambitions of the employee
No change, as per RFP.
However, it is the bidder responsibility to ensure the continuity of the quality manpower during the contract period
18. 45 4.37 (Notes-7)
Manpower Criteria
If more than 20% of the total manpower within a year, then for every additional 10% change of manpower 2% of the QGR will be deducted
If more than 20% of the total manpower within a year, then for every additional 10% change of manpower 2% of the corresponding manpower cost in the QGR will be deducted
No change, as per RFP Manpower availability critical in SDC project. Delay in
deployment of manpower will affect the Operations.
19. 48 4.38.3 Takeover service levels
Deployment of Key Resources & Taking over SDC from existing DCO Four Weeks from Signing of contract
Scope of work requires deployment of 46
resources. Available time given of 4 weeks is very stringent.
We request that manpower deployment be in phased manner or overall deployment period be increased to 10 weeks from acceptance of PO.
20. 48 4.38.3 Takeover Service Levels
Takeover Service Levels - Target - 4 weeks from the date of signing the contract
Takeover Service Levels - Target - 8 weeks from the date of signing the contract
21. 48 4.38.4 IT infrastructure related service levels
IT infrastructure related service levels- Penalty- calculated % of the QGR for the all the items
IT infrastructure related service levels-Penalty- penalty for the failure in meeting the service levels should be calculated based on the percentage (%) of the affected component value in the QGR
No change, as per RFP 22. 49 4.38.5 Physical
infrastructure related service levels
Physical infrastructure related service levels-Penalty- calculated % of the QGR for the all the items
Physical infrastructure related service levels- Penalty- penalty for the failure in meeting the service levels should be calculated based on the percentage (%) of the affected component value in the QGR
No change, as per RFP
23. 49 4.38.6 Fire Suppression System
Fire Suppression System related service levels-Penalty- calculated % of the QGR
Fire Suppression System related service levels
related service levels-Penalty- penalty for the No change, as per RFP
Page 8of 31 No. No.
for the all the items failure in meeting the service levels should be calculated based on the percentage (%) of the affected component value in the QGR 24. 50 4.38.7 Civil Works &
Minor Works
Civil Works & Minor Works related service levels-Penalty- calculated % of the QGR for the all the items
Civil Works & Minor Works related service levels- Penalty- penalty for the failure in meeting the service levels should be calculated based on the percentage (%) of the affected component value in the QGR
No change, as per RFP 25. 50 4.38.8 Helpdesk
Services
Helpdesk Services related service levels-Penalty- calculated % of the QGR for the all the items
Helpdesk Services related service levels-Penalty- penalty for the failure in meeting the service levels should be calculated based on the percentage (%) of the affected component value in the QGR
No change, as per RFP 26. 51 4.38.9 SLAs for
Compliance&
Reporting
Compliance & Reporting service levels- Penalty- calculated % of the QGR for the all the items
Compliance & Reporting related service levels- Penalty- penalty for the failure in meeting the service levels should be calculated based on the percentage (%) of the affected component value in the QGR
No change, as per RFP
27. 51 4.38.10.1 SLAs for Security &
Incident Management
Virus Attack: Any virus infection and passing of malicious code shall be monitored at the gateway level or user complains of virus infection shall be logged at the help desk system and collated every quarter.
2. Denial of Service Attack: Non- availability of any services shall be analyzed, and forensic
evidence shall be examined to check whether it was due to external DoS attack.
3. Intrusion: Compromise of any kind of data hosted by SDC
4. SPAM statistics on monthly basis shall be monitored through reports generated by Anti-SPAM software.
Please mention what tools are being deployed to monitor & manage SLA for security
Clarification:
Trend Micro, Symantec product are available for Monitor &
Manage the Security along with Reports at DC.
.
28. 51 4.38.10 SLAs for Security
& Incident Management
Security & Incident Management service levels-Penalty- calculated % of the QGR for the all the items
Security & Incident Management related service levels-Penalty- penalty for the failure in meeting the service levels should be calculated based on the percentage (%) of the affected component value in the QGR
No change, as per RFP
Page 9of 31 No. No.
29. 52 4.38.11 Manpower Availability SLAs
Manpower Availability related service levels-Penalty- calculated % of the QGR for the all the items
Manpower Availability related service levels- Penalty- penalty for the failure in meeting the service levels should be calculated based on the percentage of the affected component value in the QGR
No change, as per RFP
30. 53 4.38.13.1 Penalties The total deduction shall not exceed 50
% of the QGR.
Penalty capping is at a very high side.
We request that the total deduction be capped to 10% of QGR
No change, as per RFP.
- SDC Operations &Technical Manpower availability critical in SDC project. The project required for experienced and capable bidders, as per past experience the lowest capping in penalty compromised with operations.
31. 53 4.38.13.1 Penalties Penalties - 1. The total deduction shall not exceed 50 % of the QGR.
Penalties - 1. The total deduction shall not exceed 20 % of the QGR.
32. 62 7.13 (6) Bid Security i.e.
Earnest Money Deposit
The bid security may be forfeited a) if a bidder withdraws its bid during the period of bid validity period b) In the case of successful bidder if the bidder fails a) To fail to sign the contract in time b) To Furnish the performance security
The bid security may be forfeited a) if a bidder withdraws its bid during the period of bid validity period b) In the case of successful bidder if the bidder fails a) To fail to sign mutually agreed contract in time b) To Furnish the performance security once the mutually agreed contract is signed
No change, as per RFP -No mutual or condition agreement or contract will not be signed.
33. 68 8.15 (2) Signing of Contract
On receipt of the contract form, the successful bidder shall sign and the date and return it to the TSTS
On receipt of the contract form, the successful bidder shall sign once the terms & conditions are mutually agreed and the date and return it to the TSTS
No change, as per RFP 34. 71 9.4(1) User license &
Patent rights
User license & Patent rights: The Vendor shall provide licenses for all software products, whether developed by it or
acquired from others. In the event of any claim asserted by a third party for software piracy, the
vendor shall act expeditiously to extinguish such claim. If the vendor fails to comply and the
TSTS is required to pay compensation to a third party resulting from such software piracy, the
Kindly delete this clause as this is not applicable on this RFP
No change, as per RFP
Page 10of 31 No. No.
vendor shall be responsible for compensation including all expenses, court costs and lawyer
fees. The TSTS will give notice to the vendor of such claim, if it is made, without delay.
35. 71 9.4(2) User license &
Patent rights
The Vendor shall indemnify the purchases against all third party claims of infringement of
patent, trademark or industrial design rights arising from use of the goods, software package or
any part thereof.
The Original Equipment Manufacturer (OEM) shall indemnify the purchases against all third party claims of infringement of patent, trademark or industrial design rights arising from use of the goods, software package or
any part thereof.
No change, as per RFP
36. 71 9.5 (2) performance security
The performance security shall be payable to the TSTS as compensation for any loss resulting
from the supplier’s failure to complete its obligations under the contract.
The proportionate value of the services failed will be recovered from performance security by TSTS for the supplier’s failure to complete its obligations under the contract even after 30 days notice to the Service Provider mentioning the details of the failure from the service provider's side.
No change, as per RFP
37. 71 9.5 (4) performance security
The performance security will be discharged by the TSTS and returned to the Vendor not later
than thirty (30) days following the date of completion of all formalities under the contract and if activities, post warranty, by the Vendor is envisaged, following receipt of a performance guarantee for annual maintenance as per bid document.
The performance security will be discharged by the TSTS and returned to the Vendor not later than thirty (30) days following the date of completion of all formalities under the contract.
No change, as per RFP
38. 74 9.11 Indemnity Indemnity: The Service Provider shall execute and furnish to TSTS a Deed of Indemnity in favour of the TSTS in a form and manner acceptable to TSTS, indemnifying TSTS from and against any costs, loss, damages, expense, claims including those from third parties or liabilities of any kind howsoever suffered, arising or incurred inter alia during and after the Contract period out
1. Indemnity shall not be given for breach of the contract. Hence Bidder requests deletion of 9.11 (1) and (2).
2. Liability for all penalties has to be limited to 10% of the contract value. Hence Bidder requests amendment of clause 9.11 (4).
3. Bidder wants to explain the rationale for the above amendments asked for by it:
a) Indemnities are only given for third party claims,
No change, as per RFP
Page 11of 31 No. No.
of: 2. Any negligence or wrongful act or omission by the Service Provider Team or any subcontractor Agency/ third party in connection with or incidental to this Contract; or 3. A breach of any of the terms of the Service Provider Agency’s Bid as agreed, the Tender and this Contract by the Service Provider Agency, the Service Provider Agency’s Team or any sub-Implementation Agency/ third party. 4. The indemnity shall be to the extent of 100% in favour of the TSTS.
b) Indemnity is always given for third party claims and subject to inclusion of following:
i. Customer giving written notice to Bidder of the claim, forthwith upon becoming aware of it, ii. Bidder will be entitled to the sole conduct of the Defense and settlement of the claim,
iii. Customer shall not do or omit to be done anything whereby the right of Bidder under this Agreement or under law is violated, forfeited, jeopardized or extinguished
39. 75 9.17 Payment Payment Addition to Clause: 9.17-9:1) 75% of the invoice
amount would be processes and paid within 30 days from date of invoice
2) Balance 25% of the invoice amount would be paid, after assessment of SLAs, within 60 days from date of invoice
3) OPEX payments would be done quarterly in advance for 19 quarters, and any applicable penalty would be deducted from payment of next quarter. The payment of 20th quarter would be done post assessment of SLAs at the end of quarter within 60 days from invoice
4) Payment delayed beyond 60 days from date of invoice would attract late payment interest of 12%
per annum (calculated pro-rated for delay in number of days/weeks/months)
5) If payments are delayed for 30 days (over and above due date) then service provider will have option of suspending the contract/project deliveries with right to charge up to date of
suspension along with late-payment-interest.
6) If payments are delayed for 60 days (over and above due date) then service provider will have option of terminating the contract with right to charge up to date of termination along with late- payment-interest
No change, as per RFP. Efforts will be made to pay the bills at the earliest.
Page 12of 31 No. No.
40. 75 9.18 Prices Prices- Prices charged by the Vendor for goods delivered and services performed under the contract shall not vary from the prices quoted by the Vendor in its bid, with the exception if any price adjustments authorized in special conditions of contract or in the request for bid validity extension. Any increase or decrease in the rates of the
applicable taxes, duties or any new levy because of changes in law shall be paid as per actual.
Prices- Prices charged by the Vendor for goods delivered and services performed under the contract shall not vary from the prices quoted by the Vendor in its bid, with the exception if any price adjustments authorized in special conditions of contract or in the request for bid validity extension. Any increase or decrease in the rates of the applicable taxes, duties or any new levies or any increase in Minimum Wages Act beyond 10% of the rate at the time of the bid submission shall be paid as per actual.
No change, as per RFP
41. 76-77 9.24 Liquidated Damages
Liquidated Damages-If the Vendor fails to deliver any or all of the goods or perform the services within the time period(s) specified in the Contract, the TSTS shall, without prejudice to its other remedies under the Contract, deduct from the Contract Price, as liquidated damages, a sum equivalent to, as per the terms indicated in the bid document, until actual delivery or performance, subject to maximum limit. Once the maximum is reached, the TSTS may consider termination of the contract.
Liquidated Damages-If the Vendor fails to deliver any or all of the goods or perform the services within the time period(s) specified in the Contract, the TSTS shall deduct from the Contract Price, as liquidated damages, a sum equivalent to, as per the terms indicated in the bid document, until actual delivery or performance, subject to maximum limit of 10% on the value of the products. Liquidated damages would be applied only on the value of the products
undelivered/performed only. Once the maximum is reached, the TSTS may consider termination of the contract Deduction of liquidated damages/SLA penalty shall be in full and final satisfaction of all claims and liabilities arising from lateness or defective performance under this agreement
No change, as per RFP
42. 77 9.25(1) Termination for default
Termination for default- Point 1 - The TSTS, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the Vendor, may terminate the Contract in whole or in part:
a. if the Vendor fails to deliver any or all the services within the time(s) specified in the
contract, or within any extension b. if the Vendor fails to perform any
Termination for default- Point 1 - The TSTS, without prejudice to any other remedy for breach of Contract, by written notice of 60 days by default sent to the Vendor, may terminate the Contract in whole or in part:
a. if the Vendor fails to deliver any or all the services within the time(s) specified in the contract, or within any extension
b. if the Vendor fails to perform any other obligation(s) under the Contract or
c. If the Vendor, in the judgment of the TSTS has
No change, as per RFP
Page 13of 31 No. No.
other obligation(s) under the Contract or c. If the Vendor, in the judgment of the TSTS has engaged in corrupt or fraudulent practices in competing for or in executing the Contract.
engaged in corrupt or fraudulent practices in competing for or in executing the Contract.
43. 77 9.25(2) Termination for default
Termination for default - point 2. In the event the TSTS terminated the contract in whole or in part, TSTS may procure, upon such terms and in such manner as it deems appropriate, goods or services like those undelivered, and the Vendor shall be liable to the TSTS for any excess costs for such similar goods or services. However, the Vendor shall continue performance of the contract to the extent not terminated. TSTS would make the eligible payment for the services rendered by the service provider till the date of such termination after deducting the penalty if applicable.
Termination for default - point 2. In the event the TSTS terminated the contract in whole or in part, TSTS may procure, upon such terms and in such manner as it deems appropriate, goods or services like those undelivered, and the Vendor shall be liable to the TSTS for any excess costs for such undelivered goods or services. The value of such undelivered procurement by TSTS would not exceed 150% of the price quoted originally by the service provider in their bid subject to the maximum value of such purchases is limited to the Performance Bank Guarantee (PBG) value.
However, the Vendor shall continue performance of the contract to the extent not terminated. TSTS would make the eligible payment for the services rendered by the service provider till the date of such termination after deducting the penalty if applicable. Service provider also will have a right to suspend/terminate the contract if the payments for the services are not paid more than 60 days on and above the normal credit period of 30 days.
No change, as per RFP
44. 77 9.26-2 Force Majeure Force Majeure- For purposes of this clause, “Force Majeure” means an event beyond the control of the Vendor and not involving the Supplier’s fault or negligence and not foreseeable. Such events may include, but are not restricted to, acts of the TSTS in its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and freight embargoes.
Force Majeure- For purposes of this clause,
“Force Majeure” means an event beyond the control of the Vendor and not involving the Supplier’s fault or negligence and not foreseeable.
Such events may include, but are not restricted to, acts of the TSTS in its sovereign capacity, wars or revolutions, fires, floods or any other natural disasters, epidemics, quarantine restrictions and freight embargoes.
No change, as per RFP
45. 78 9.28-1 Termination for Convenience
Termination for Convenience: TSTS, May at any time by giving 30 days written notice to the Vendor, terminate
This Clause needs to be deleted:
No change, as per RFP
Page 14of 31 No. No.
the Contract, in whole or in part, for its convenience. The notice of termination shall specify that termination is for the TSTS’s convenience, the extent to which performance of the SERVICE PROVIDER under the Contract is terminated, and the date upon which such termination becomes effective.
46. 78 9.30 Governing language
Governing language: The contract shall be written in English or Telugu
Governing language: The contract shall be written
in English No change, as per RFP
47. 80 9.35(e.2) Employees Employees - 2.To the extent that any Transfer Regulation does not apply to any employee of the
Service Provider, TSTS or Replacement Successful Bidder may make an offer of employment or contract for services to such employee of the Successful Bidder and the
Successful Bidder shall not enforce or impose any contractual provision that would prevent any such employee from being hired by TSTS or any
Replacement Service Provider
Employees - 2.To the extent that any Transfer Regulation does not apply to any employee of the Service Provider, TSTS or Replacement
Successful Bidder may make an offer of employment or contract for services to such employee of the Successful Bidder and the Successful Bidder shall not enforce or impose any contractual provision that would prevent any such employee from being hired by TSTS or any Replacement Service Provider provided not less than 75 days notice period would be given to the service provider
No change, as per RFP
48. 82 9.38 Handover / Takeover Process and Procedures:
As the SDC is live, both the existing SDC operator and new service provider have to work in parallel for 30 days.
DCO suggest min 60-90 days time period.
No change, as per RFP 49. 82 9.38 Handover/Take
over process &
Procedures
Handover/Take over process &
Procedures: Takeover from existing service provider: As the SDC is live, both the existing SDC operator and new service provider have to work in parallel for 30 days.
Handover/Take over process & Procedures:
Takeover from existing service provider: As the SDC is live, both the existing SDC operator and new service provider have to work in parallel for 60 days.
No change, as per RFP
50. 85 9.39 Liquidated Damages for Absence / non- availability of the manpower at site
In case of any delay in deployment/
absence of the desired manpower and non- replacement of resource as per the tender requirements, penalty will be levied on the FM & MS service provider
@ 1.5 times of the manpower cost on
Applicable LD for non-deployment / absence of resources is very stringent.
We request that applicable LD be 0.5% per week capped to max 10% respective resource cost
No change, as per RFP
-Manpower availability critical in SDC project. Delay in
deployment of manpower will affect the Operations.
Page 15of 31 No. No.
daily basis on the proposed cost per each resource.
51. 85 9.39 Liquidated Damages for Absence /non- availability of the manpower at site
In case of any delay in deployment/
absence of the desired manpower and non- replacement of
resource as per the tender
requirements, penalty will be levied on the FM & MS service provider @ 1.5 times of the manpower cost on daily basis on the proposed cost per each resource. Manpower attendance should be submitted to TSTS and TPA on monthly basis.
In case of any delay in deployment/ absence of the desired manpower and non- replacement of resource as per the tender requirements, penalty will be levied on the FM & MS service provider beyond 60 days @ 0.5 times of the manpower cost on daily basis on the proposed cost per each resource for the undeployed portion only.
Manpower attendance should be submitted to TSTS and TPA on monthly basis.
52. 85 9.39 Liquidated Damages for Absence /non- availability of the manpower at site
The FM & MS service provider to submit proof document certified by the banker – RTGS confirmation for all manpower deployed under this project on monthly basis, certified by TPA.
The manpower deployed by service provider under the project shall not be changed during the
contract period. In case of any change required beyond the control of service provider, one-month prior approval from TSTS/ITE&C Department is required.
The FM & MS service provider to submit proof document certified by the banker – RTGS
confirmation for all manpower deployed under this project on monthly basis, certified by TPA. The manpower deployed by service provider under the project shall not be changed during the contract period. In case of any change required beyond the control of service provider, one-month prior approval from TSTS/ITE&C Department is required except in case of disciplinary action and medical emergencies on such employees
No change, as per RFP
53. 87-92 Section 10
Bill of Material Bill of Materials Clarification - Kindly clarify how the service provider would be compensated for any additional products added to the SDC after the RFP till the completion of the contract period.
It should be discussed in composite team whenever the additional products required.
Decision should be taken by TSTS.
54. 87-92 Section 11
Bill of Material Bill of Materials New clause - Service provider would be allowed to charge the costs quoted in the bid irrespective of the products mentioned in the Bill of Materials in Production or otherwise.
No change, as per RFP
55. New Clause New Clause - Limitation of Liability-
The total liability of SI for any kind of direct damages, regardless of the form of claims, is restricted to and shall be limited to charges payable by Customer to SI/ Bidder within the
No change, as per RFP
Page 16of 31 No. No.
remaining duration of the contract term from the day the claim is received; and the SI/Bidder is not responsible for any third-party claims.
Neither Party; nor its subsidiaries or its affiliates will be liable to the other Party, whether in contract, tort (including negligence), strict liability or otherwise, for loss of business, revenue, profits, loss of goodwill or reputation or data; or any indirect, consequential, or special loss, arising in connection with any order, product, service, related documentation, information and/or the intended use thereof, even if a Party has been advised, knew or should have known of the possibility of such damages. Liability of Bidder for direct damages under or in connection with this agreement and for all claims whether in contract, tort (including negligence) shall be limited to charges payable by Customer to bidder for a period of 1-year contract value based on the bid value quoted by the service provider from the day the claim is received.
56. 49
4.38.5 Physical infrastructure related service levels
1. Power Availability. 2.PAC system Availability, 3. CCTV Availability, 4.
Server Farm Phase-I & II Temperature
TSTS needs to Change / add the Item which are critical to adhere the SLA as per the OEM recommendation. DCO will not imposed penalty due to the aging of the Equipment and EOS / EOL. (Due to the Aging and OEM support factor)
No change, as per RFP If any support issue from OEM, ITE&C/TSTS will take a call with Operator along with OEM to arrange for alternate solution.
57.
General LD / Penalty under this Contract Liability Consider Amending - "LD / Penalty capping will be Maximum of 10% of the QGR Value of the
Manpower Contract" The total Liability Under this contract for the LD / penalty will be maximum of 10% of the QGR Contract Value
No change, as per RFP 58.
General Payment Terms - 11.2 and 11.3 - OEM Warranty cost for the equipment mentioned in Format 5 of Technical Bid, OEM/ DCO warranty cost for the equipment mentioned in
Format 6 of Technical Bid.
Considered to amend - Payment for the 11.2 and 11.3 (Format 5 & 6) - Need to pay to OEM yearly in advance. AMC for the line item in the 11.2 and 11.3 needs to pay - Yearly in advance on the Submission bill along with OEM Warranty Certificate / Letter
No change, as per RFP
Page 17of 31 The FM & MS services provider shall deploy the following staff with the requisite experience for providing FM
& MS services mentioned in this RFP.
S. No Resource Shift Qualification & Experience No. Of Resources 1 Data Centre
Project Manager
9X6 - BE/B.Tech (ECE/ CSE/IT) with 10+ years of IT experience with a minimum relevant experience of 4+ years in Data Center Implementation/
Operations with a valid PMP by PMI and ITIL / ISO 20000 certifications.
1
2 Technical Specialist – Server
- 24x7 B.E/B.Tech/MCA/M.Sc. (ECE/CS/IT) with 6+ years of relevant experience in Windows/Linux server and Virtualization platforms with a valid MCSA/
RHCE/ VCP certification.
4
3 Technical Specialist – Network
- 24x7 B.E/B.Tech/MCA/M.Sc. (ECE/CS/IT) with 6+ years of relevant experience in Network Routing and Switching with a valid CCNP or CCIE(LAB) certification.
4
4 Database Administrator- SQL
9X6 - B.E/B.Tech/MCA/M.Sc. (ECE/CS/IT) with 4 Years of relevant experience in MS SQL Databases and a valid MCSA (SQL Server) certification.
1
5 Database Administrator- Oracle
9X6 - B.E/B.Tech/MCA/M.Sc. (ECE/CS/IT) with 4 Years of relevant experience in Oracle databases/
Exadata and Valid OCA/OCP certification.
1 6 Storage
Administrator
9X6 - B.E/B.Tech/MCA/M.Sc. (ECE/CS/IT) with 4 Years of relevant experience in Block and File/Object storages and a valid storage OEM certification.
1 7 Security
Administrator
9X6 - B.E/B.Tech/MCA/M.Sc. (ECE/CS/IT) with relevant experience of 8+ years in network security, Firewalls and IPS management with a valid CCSP/CCNP Security and CISM/ CISSP/CEH Certifications.
2
8 Back up Administrator
9X6 - B.E/B.Tech/MCA/M.Sc. (ECE/CS/IT) with 5 Years of relevant experience in Commvault Backup tool along with any backup OEM certification.
1
9 Virtualization
& Cloud Administrator
9X6 - B.E/B.Tech/MCA/M.Sc. (ECE/CS/IT). with 6+
Years of relevant experience in VMware (vSphere
& vRealize) with a valid VCP-DCV/VCP7-CMA certification.
Note:
Out of two resources, any one of the resources having knowledge on Nutanix is preferable, however it is not mandatory.
2
10 SDN
Administrator:
9X6 - B.E/B.Tech/MCA/M.Sc. (ECE/CS/IT) with 6+ years of relevant experience in Traditional and Software Defined networking (SDN) with a valid VMware VCP-NV certification.
1
11 NOC Engineer - 24X7 B.E/B.Tech/MCA/M.Sc. (ECE/CS/IT) with 3+ years of relevant experience in Network Routing and Switching with a valid CCNA or Higher certification.
4
12 Server Engineer
- 24X7 B.E/B.Tech/MCA/M.Sc. (ECE/CS/IT) with 3+ years of relevant experience in Windows/Linux server and Virtualization platforms with a valid MCSA/
RHCE/ VCP certification.
4
13 NMS / EMS Specialist
9X6 - B.E/B.Tech/BCA/MBA/MCA/M.Sc. (ECE/CS/IT) with 3+ years of experience and a minimum relevant experience of 2+ years in any OEM
1
Page 18of 31 EMS/NMS tool with valid ITIL V3 certification.
14 Technical Specialist – Physical Infrastructure
9X6 - B.E/B.Tech/B.Sc./BCA/MCA/ M.Sc. (ECE/CS/IT) with 4+ Years of relevant experience in
BMS/DCIM tools with valid BMS certification.
1
15 ISO 20000 Support Staff
9X6 - B.E/B.Tech/BCA/MCA/M.Sc. (ECE/CS/IT) with 3 Years of relevant experience in ISMS with valid ISO 20001/ ISO 27001 certification.
1 16 Site / Support
Engineers
- 24X7 B.E/B.Tech/B.Sc./BCA/MCA/M.Sc. (ECE/CS/IT) with 3 years of relevant experience. One licensed electrician, One BMS, One PAC support engineer, One general Physical infrastructure engineer
4
17 Helpdesk Support
- 24X7 B.E/B.Tech/B.Sc./BCA/MCA/M.Sc.(ECE/CS/IT) with 2 years of relevant experience in helpdesk operations and valid ITIL V3 certification
4 18 Housekeeping 9X6 - Appropriate Experience through registered
agency
3 19 Security
Guards
- 24X7 Appropriate Experience through registered agency
6
Total Manpower 46
Note:
1. All the key resources listed in the above table at serial number-1 to 10 should be on rolls of the bidder only.
2. DCO will be allowed to outsource the resources listed in the above table at serial number-11 to 19 by meeting the qualification criteria as per RFP with prior approval of ITE&C/TSTS.
3. Additional Manpower should be deployed based on APTS/ITE&C, GoAP requirement with the same cost during the contract period.
Page 19of 31 Format – 1 (OEM Warranty):
10.1.1 Network Infrastructure.
S.
No
Item description &
Technical Specification
Make Model Serial No.
OEM Warranty Expiry Date
1 VPN Firewall Fortigate 1240B FGT1KB3915600096 31.01.2019
2 Firewall Checkpoint 23800 LR201711023152 19.11.2023
3 Firewall Checkpoint 23800 LR201711023156 19.11.2023
4 Router CISCO ISR4439 FGL230830GP 25.08.2019
5 Router CISCO CISCO- ASR 1001X FXS2214Q0TG 15.08.2023
6 Router CISCO CISCO- ASR 1001X FXS2215Q2YZ 15.08.2023
7 Switch CISCO CISCO-NEXUS 9504 FOX2215PCP8 04.08.2019
8 Switch CISCO CISCO-NEXUS 9504 FOX2215PCPE 04.08.2019
9 Switch DELL Networking Z9100-ON 13R00Q2 / 2403531434 14.07.2021 10 Switch DELL Networking Z9100-ON 13K00Q2 / 2391774122 14.07.2021
11 Switch Cisco CISCO 3650-48 FDO2008E041 18.08.2026
12 Switch Cisco CISCO 3650-48 FDO2008E04W 08.10.2026
13 Switch Cisco CISCO Catalyst 3650-48 FDO1925P0JW, New SW- FDO2242Q04Q
15.06.2024 14 Switch Cisco CISCO Catalyst 3650-48 FDO1926E01G 31.08.2025
15 Switch DELL Networking S4048-on 1Q9FXC2 19.05.2021
16 Switch DELL Networking S4048-on 6R9FXC2 19.05.2021
17 Switch DELL Dell Networking S4048-ON 6667XC2 09.08.2020
18 Switch DELL Dell Networking S4048-ON 9LH6XC2 09.08.2020
19 Switch DELL Dell Networking S4048-ON H067XC2 09.08.2020
20 Switch DELL Dell Networking S4048-ON 9D9SG02 24.11.2020
21 Switch DELL Dell Networking S4048-ON 7M9YWC2 09.08.2020
22 Switch DELL Dell Networking S4048-ON 9D0RG02 24.11.2020
23 Switch DELL Dell Networking S4048-ON CZ34XC2 24.11.2020
24 Switch DELL Dell Networking S4048-ON 3N9FXC2 19.05.2021
25 Switch DELL Dell Networking S4048-ON 4M9FXC2 19.05.2021
26 Switch
HP HP A5120 Series Switch JE074A
CN25BZ01JD 05.10.2021
27 Switch
HP HP A5120 Series Switch JE074A
CN25BZ01P4 05.10.2021
10.1.2. Storage Infrastructure
S.
No
Item description
& Technical Specification
Make Model Serial No.
OEM Warranty Expiry Date 1 Storage NetApp NetApp Storage E5600 721721500238 11.07.2021
2 Storage NetApp E 5720 721831500719 11.07.2021
3 Storage NetApp E 5720 721721500720 11.07.2021
4 Storage DELL EMC DELL EMC VNX-5500 CKM00121000582 31.01.2019
5 Storage DELL DELL CT-SC8000 2GB66Z1,
DHK0QW1
31.01.2019
6 Storage DELL DELL powervault-
NX3300(NAS-TS) FM97HZ1 31.01.2019
7 Storage DELL Dell Compellent SC4020 2FHVH82 30.11.2019
8 Storage DELL Dell Compellent SC200 4J52VG2 06.12.2019
Page 20of 31
Specification Expiry Date
9 Storage DELL Dell Compellent SC200 4J45VG2 06.12.2019
10 Storage DELL Dell Compellent SC220 4HV5VG2 06.12.2019
11 Tape Drive DELL Dell Tape Library Power
Vault ML6020CM 723FMW1
14.07.2020
12 SAN Switch DELL Brocade 300 Switch 1 9XRZS72 01.Dec.2019
13 SAN Switch DELL Brocade 300 Switch 1 8TRZS72 01.Dec.2019
14 SAN Switch Cisco Cisco MDS 9134 01 SAN
Switch FOX1424GHV5 31.01.2019
15 SAN Switch Cisco Cisco MDS 9134 01 SAN
Switch FOX1422G4DT 31.01.2019
16 SAN Switch Cisco CISCO-MDS-9148 AMS15410960 31.01.2019
17 SAN Switch Cisco CISCO-MDS-9148 AMS15410563 31.01.2019
18 SAN Switch Cisco CISCO-MDS-9148 AMS17170428 31.01.2019
19 SAN Switch Cisco CISCO-MDS-9148 AMS17170442 31.01.2019
20 Storage EMC CLARIION-CX4-480 CKM00102600550 31.01.2019
10.1.3 Server Infrastrucutre S. No Item
description Make Model Serial No. OEM Warranty
Expiry Date 1. Server DELL Dell PowerEdge R730XD 1RFB0J2 09.02.2020 2. Server DELL Dell PowerEdge R730XD 1RG20J2 09.02.2020 3. Server DELL Dell PowerEdge R730XD 1RG30J2 09.02.2020 4. Server DELL Dell PowerEdge R730XD 1RF80J2 09.02.2020 5. Server DELL Dell PowerEdge R730XD 9BY41H2 09.02.2020 6. Server DELL Dell PowerEdge R730XD 1RF50J2 09.02.2020 7. Server DELL Dell PowerEdge R730XD 820QRK2 09.08.2020 8. Server DELL Dell PowerEdge R730XD 5K8YTK2 09.08.2020 9. Server DELL Dell PowerEdge R730XD 822MRK2 09.08.2020 10. Server DELL Dell PowerEdge
61R730XD
821QRK2 09.08.2020
11. Server DELL Dell PowerEdge R730XD 5K9QRK2 09.08.2020 12. Server DELL Dell PowerEdge R730XD 4ZBYTK2 09.08.2020 13. Server DELL Dell PowerEdge R730XD 820YTK2 09.08.2020 14. Server DELL Dell PowerEdge R730XD 5K9MRK2 09.08.2020 15. Server DELL Dell PowerEdge R730XD 4ZBNRK2 09.08.2020 16. Server DELL Dell PowerEdge R730XD 5k9SRK2 09.08.2020 17. Server
DELL DELL Power Edge R730xd
81ZSRK2 09.08.2020
18. Server
DELL DELL Power Edge R730xd
5K8QRK2 09.08.2020
19. High End Server
Lenovo Lenovo HX 3321 J300Z2T5 04.07.2022
20. High End Server
Lenovo Lenovo HX 3321 J300Z2T6 04.07.2022
21. High End Server
Lenovo Lenovo HX 3321 J300Z2T7 04.07.2022
22. Server HP HP ProLiant DL 380 Gen10
SGH841S30S 20.11.2021 23. Server HP HP ProLiant DL 380
Gen10
SGH841S30Q 20.11.2021 24. Server HP HP ProLiant DL 380
Gen10
SGH912XK8S 21.04.2022 25. Server HP HP ProLiant DL 380
Gen10
SGH912XK8Q 21.04.2022 26. Server HP HP ProLiant DL 380
Gen10
SGH912XK8V 21.04.2022
Page 21of 31 S.
No
Item description &
Technical Specification Model Serial No. Quantity
OEM Warranty
Expiry Date 1 DG Sets (600 KVA) with
internal DG Tank of 1000 litres-Powerica (CUMMINS)
VTA 28 G31 DG1:25358972 DG2: 25359227
2 31.01.2020 2 30 KVA UPS System with
204 SMF 100 AH, 2V cells-
Emerson- 7400M
UPS1:2010117M6454 UPS2:2010117M6486
2 31.01.2020 3 160 KVA UPS Systems with
806 SMF 425 AH and 2V cells-
Emerson Hi
pulse UPS1:201010HX0284 UPS2:201011HX0308
UPS3:201011HX0309 UPS4:201010HX0283
4 31.01.2020
4 PAC -17 Ton -Emerson PEX 270EC 10384270EC36, 10384270EC37, 10384270EC34, 10384270EC38, 10384270EC35, 12494270EC38, 12494270EC39, 12494270EC40
8 31.01.2020
Format – 2 (DCO Warranty):
10.2.1 Server Infrastructure
S. No Item
description Make Model Serial No.
1. Server Dell PowerEdge R520 CYXFBX1
2. Server Dell PowerEdge R520 DZXFBX1
3. Server Dell PowerEdge R520 4YXFBX1
4. Server Dell PowerEdge R520 3Z30HY1
5. Server Dell PowerEdge R520 7040HY1
6. Server Dell PowerEdge R520 3140HY1
7. Server HP ProLiant DL160 Gen8 SGH309NKSL
8. Server HP ProLiant DL160 Gen8 SGH309NKSR
9. Server HP ProLiant DL160 Gen8 SGH309NKSJ
10. Server HP ProLiant DL160 Gen8 SGH309NKS9
11. Server HP ProLiant DL160 Gen8 SGH309NKST
12. Server HP ProLiant BL460c G8 SGH309NKTC
13. Server HP ProLiant BL460c G8 SGH309NKTE
14. Server HP ProLiant BL460c G8 SGH242EJS7
15. Server HP ProLiant BL460c G8 SGH242EJS3
16. Server HP ProLiant BL460c G8 SGH242EJS1
17. Server HP ProLiant BL460c G8 SGH252JL1L
18. Server HP ProLiant BL460c G8 SGH252JL1F
19. Server HP ProLiant BL460c G8 SGH242EJS5
20. Server HP ProLiant BL460c G8 SGH242EJRW
21. Server HP ProLiant BL 460c G8 SGH308N315
22. Server HP ProLiant BL 460c G8 SGH308N312
23. Server HP ProLiant BL 460c G8 SGH308N314
24. Server HP ProLiant BL 460c G8 SGH308N316
25. Server HP ProLiant BL 460c G8 SGH308N313
26. Server HP ProLiant BL 460c G8 SGH308N317
27. Server HP ProLiant BL 460c G8 SGH308N318
28. Server HP ProLiant BL460c G8 SGH323WMMB
29. Server HP ProLiant BL460c G8 SGH323WMMD
30. Server HP C7000 Enclosure SGH309NJ8P
31. Server HP C7000 Enclosure SGH308N31L
Page 22of 31
32. Server Dell Power Edge R720 G03MQ12
33. Server Dell Power Edge R720 GK1MQ12
34. Server Dell Power Edge R720 J03MQ12
35. Server Dell Power Edge R720 DK1MQ12
36. Server Dell Power Edge R420 825K622
37. Server Dell Power Edge R420 HYCG622
38. Server Dell Power Edge R420 J15K622
39. Server Dell Power Edge R420 30DG622
40. Server DELL Dell PowerEdge R710 CR638R1
41. Server HP HP PROLIANT DL 560 GEN9 SGH640WFH0
42. Server HP HP PROLIANT DL 560 GEN9 SGH640WFFV
43. Server HP HP ProLiant DL560 Gen9 SGH640WFH4
44. Desktop DELL Dell OptiPlex 7050 - i5 430CNK2
45. Desktop DELL Dell OptiPlex 7050 - i5 43HBNK2
46. Desktop DELL Dell OptiPlex 7050 - i5 433FNK2
47. Desktop DELL Dell OptiPlex 7050 - i5 4379NK2
48. Desktop DELL Dell OptiPlex 7050 - i5 43F6NK2
49. Desktop DELL Dell OptiPlex 7050 - i5 4358NK2
50. Desktop DELL Dell OptiPlex 7050 - i5 4368NK2
51. Desktop DELL Dell OptiPlex 7050 - i5 43D6NK2
52. Desktop DELL Dell OptiPlex 7050 - i5 43K6NK2
53. Desktop DELL Dell OptiPlex 7050 - i5 43B6NK2
54. Desktop DELL Dell OptiPlex 7050 - i5 4336NK2
55. Desktop DELL Dell OptiPlex 7050 - i5 43J8NK2
56. Desktop DELL Dell OptiPlex 7050 - i5 43C5NK2
57. Desktop DELL Dell OptiPlex 7050 - i5 4329NK2
58. Desktop DELL Dell OptiPlex 7050 - i5 43G7NK2
59. Desktop DELL Dell OptiPlex 7050 - i5 4989NK2
60. Printer HP HP LJ PRO M132 FN PRINTER
PNO G3Q63A
VNC3805474 61. Desktop DELL Dell OptiPlex 7060 MT i5/8
GB/1TB
JB4B9F2 62. Desktop DELL Dell OptiPlex 7060 MT i5/8
GB/1TB
JB48FN2 63. Desktop DELL Dell OptiPlex 7060 MT i5/8
GB/1TB
JB48NK2 64. Desktop DELL Dell OptiPlex 7060 MT i5/8
GB/1TB
JB489F2 65. Desktop DELL Dell OptiPlex 7060 MT i5/8
GB/1TB
JB49FN2 66. Desktop DELL Dell OptiPlex 7060 MT i5/8
GB/1TB
JB49NK2
67. Printer Canon CANON LBP 611CN NHYA103716
10.2.2 Non-IT Infrastruture S.
No
Item description &
Technical Specification Model Serial No. Quantity
1
Access control system (- Bosch, HID India Pvt ltd, Secutron
Bosch RC1:910191000652 RC2:910191000653
HID1: Unreadable HID2: 618DBKR000000
SCR1:6100CKN000, SCR2:6100CKN001 SCR3:6100CKN002 SCR4:6100CKN003 SCR5:6100CKN004 SCR6:6100CKN005 Smart Cards: Internal Card no. starts from 501 – 550
Power supply for controllers:
2010012500570143 / 2010012500570141
1
Page 23of 31 2 Fire -BOSCH,
INNOVATECH, SIEMENS
Bosch 93026901121300000 1
3 VESDA Panel with 8 VESDA DETECTORs
Star Electronics
88009394 1
4 WLD Control Panels -Star Electronics
1
5 Public Address System Bosch 1100503578, 1100503591 1
6
CCTV Bosch Color Speed dome/ indoor ceiling mounter camera: 0R19439206779EB
DVR: 404556701118010394 Color Monitor: CNK04002D3 CNK04002F8
1
7 BMS Software Honeywell 1
8 Rodent Repellent system Star Electronics
1
9 SAMSUNG 42-inch LCD TV SAMSUNG 08003ZEQ900629P, 17893ZEB201753P 2 10
SAMSUNG 55-inch LED TV (SOC Room)
SAMSUNG UH55F E
SERIES
02KUHNJK300056, 02KUHNJK300084, 02KUHNJK300063, 02KUHNJK300082
4
11 Fire Extinguishers Vintex 30
12 EPABX System NEC SL
1000
1
13
AC (CAC- 1 Tr-1 No, 2 Ton- 17 Nos, 4 Ton- 1No, 5.5 Ton- 3 Nos (Duct), -Bluestar
Blue star 1 Tr: C101246360110831120791 2 Tr:10A00081,10A00305, 10A00903,10A00902,
10A00563,10A00871,
SC0007850,10A00837, 10A00776,10A00883,
10A00875,10A00838, 10A00913,10A00908,
10A00912,10A00904, 10A00907
4 Tr: C101246340310906130049
5.5 Tr: 10F02705,10F02702, 10F02706
22
Page 24of 31 Format – 3
1. Items under OEM Warranty S.
No
Equipment Type
Make Model Serial Number OEM
Warranty Expiry Date 1. Core Switch Cisco CATALYST WS-C4510 R+E FXS2202Q0FP 21.10.2031 2. Internal Firewall Cisco FPR-2140 JMX2208Y07M 19.12.2021 3. Internal Firewall Cisco FPR-2140 JMX2208Y088 19.12.2021 4. Core Switch Cisco CATALYST WS-C4510 R+E FXS2202Q0JU 21.10.2031 5. Edge Switch-1 Cisco Cisco N9K-C93180YC-EX FDO22293UFY 04.10.2021 6. Edge Switch-1 Cisco Cisco N9K-C93180YC-EX FDO223007D5 04.10.2021 7. IPS Trend micro Trend micro Tipping point 8400TX US84A1Y0KN 17.09.2021 8. ToR Switch Cisco Cisco N9K-C93180TC-EX FDO2229040D 04.10.2021 9. ToR Switch Cisco Cisco N9K-C93180TC-EX FDO22280JAK 04.10.2021 10. Oracle Exadata Oracle ORACLE EXADATA X5-2 AK00358635 31.03.2020
2. Items required OEM Warranty
S. No Equipment Type Make Model Serial Number
Network
1. Router Cisco ASR 1002 FOX1715GDGV, New SN:
FOX1614GWHH
2. Firewall Fortinet Fortigate1240B FGT1KB3915600036
3. Firewall Fortinet Fortigate1240B FGT1KB3915600075
Storage
4. Storage Dell Compellent SC8000 and Compellent SC200
C1X56Z1, F3X56Z1, H3X56Z1, G3X56Z1, 34X56Z1, 24X56Z1, 14X56Z1
5. SAN Switch Cisco MDS-9148 AMS17170768,
AMS17170763
Format – 4
1. Items required DCO Warranty
S. No Equipment Type Make Model Serial Number
Server
1. Rack Server Dell PowerEdge R520 5Z30HY1
2. Blade Server Dell PowerEdge M610 HK5LD2S
3. Blade Server Dell PowerEdge M610 JK5LD2S
4. Blade Server Dell PowerEdge M610 GK5LD2S
5. Blade Server Dell PowerEdge M610 FK5LD2S
6. Blade Server Dell PowerEdge M620 51LP8X1
7. Blade Server Dell PowerEdge M620 31LP8X1
8. Blade Server Dell PowerEdge M620 81LP8X1
9. Blade Server Dell PowerEdge M620 12LP8X1
10. Blade Server Dell PowerEdge M620 F1LP8X1
11. Blade Server Dell PowerEdge M620 91LP8X1
12. Blade Server Dell PowerEdge M620 D1LP8X1
13. Blade Server Dell PowerEdge M620 G1LP8X1
14. Blade Server Dell PowerEdge M620 41LP8X1
15. Blade Server Dell PowerEdge M620 B1LP8X1
16. Blade Server Dell PowerEdge M620 21LP8X1
Page 25of 31
18. Blade Server Dell PowerEdge M620 J1LP8X1
19. Blade Server Dell PowerEdge M620 C1LP8X1
20. Blade Server Dell PowerEdge M620 61LP8X1
21. Rack Server HP ProLiant DL160 Gen8 SGH309NKSN
22. Rack Server HP ProLiant DL160 Gen8 SGH309NKSD
23. Rack Server HP ProLiant DL160 Gen8 SGH309NKSB
24. Rack Server HP ProLiant DL160 Gen8 SGH309NKT5
25. Rack Server HP ProLiant DL160 Gen8 SGH309NKSY
26. Rack Server HP ProLiant DL160 Gen8 SGH309NKT7
27. Rack Server HP ProLiant DL980 Gen7 SGH3415SHB
28. Rack Server HP ProLiant DL980 Gen7 SGH3415SHD
29. Rack Server HP ProLiant BL460c G8 SGH309NKTD
30. Rack Server HP ProLiant BL460c G8 SGH309NKTK
31. Rack Server HP ProLiant BL460c G8 SGH309NKTM
32. Rack Server HP ProLiant BL460c G8 SGH309NKTH
33. Rack Server HP ProLiant BL460c G8 SGH323WMME
34. Blade Enclosure Dell M1000e Chassis C0LP8X1
35. Rack Server Dell PowerEdge R420 BCYJQ12
36. Rack Server Dell PowerEdge R420 CCYJQ12
37. Rack Server Dell PowerEdge R420 FCYJQ12
38. Rack Server Dell PowerEdge R420 45DKQ12
39. Rack Server Dell PowerEdge R420 55DKQ12
40. Rack Server Dell PowerEdge R420 1V3KQ12
41. Rack Server Dell PowerEdge R420 2V3KQ12
42. Rack Server Dell PowerEdge R420 HT3KQ12
43. Rack Server Dell PowerEdge R420 GT3KQ12
44. Rack Server Dell PowerEdge R420 GCYJQ12
45. Rack Server Dell PowerEdge R420 65DKQ12
46. Rack Server Dell PowerEdge R420 35DKQ12
47. Rack Server Dell PowerEdge R420 2KJGQ12
48. Rack Server Dell PowerEdge R420 7TCG622
49. Rack Server Dell PowerEdge R420 45MG622
50. Rack Server Dell PowerEdge R420 C4MG622
51. Rack Server Dell PowerEdge R420 BPHX022
52. Rack Server Dell PowerEdge R420 44MG622
53. Rack Server Dell PowerEdge R420 915K622
54. Rack Server Dell PowerEdge R420 F15K622
55. Rack Server Dell PowerEdge R420 5QHX022
56. Rack Server Dell PowerEdge R420 GH9G622
57. Rack Server Dell PowerEdge R420 10JX022
58. Rack Server Dell PowerEdge R420 1ZHX022
59. Rack Server Dell PowerEdge R420 5PHX022
60. Rack Server Dell PowerEdge R420 225K622
61. Rack Server Dell PowerEdge R420 CZHX022
62. Rack Server Dell PowerEdge R630 DQJN882
63. Rack Server Dell PowerEdge R630 2BH7T72
64. Rack Server Dell PowerEdge R630 DQH4T72
65. Rack Server Dell PowerEdge R630 DQKKX52
66. Rack Server DELL PowerEdge R630 14FR7C2
67. Rack Server DELL PowerEdge R630 14DQ7C2
68. Rack Server DELL PowerEdge R630 CHFL7C2
69. Enclosure HP C7000 Chassis SGH140XNXA
70. Rack Server HP ProLiant BL 460c G7 SGH140XN6C
71. Rack Server HP ProLiant BL 460c G7 SGH140XN6H
72. Rack Server HP ProLiant BL 460c G7 SGH140XN6E
73. Rack Server HP ProLiant BL 460c G7 SGH140XN6A
74. Rack Server HP ProLiant BL 460c G7 SGH140XTV6
75. Rack Server HP ProLiant BL 460c G7 SGH140XTVC
76. Rack Server HP ProLiant BL 460c G7 SGH140XTVH
Page 26of 31
78. Rack Server HP ProLiant BL 460c G7 SGH2091A55
79. Rack Server HP ProLiant BL 460c G7 SGH2091A59
80. Rack Server HP ProLiant BL 460c G7 SGH2091A53
81. Rack Server HP ProLiant BL 460c G7 SGH140XTVA
Network
82. Edge Switch Cisco WS-C4510R-E FOX1526GN5T
83. Edge Switch Cisco WS-C4510R-E FOX1527G2GR
84. Edge Switch Cisco WS-C4510R-E FOX1433H5JE
85. Edge Switch Cisco WS-C4510R-E FOX1433GD27
86. Core Router Cisco 7206VXR 37070743 /
FOX1438GU8X
87. Core Router Cisco 7206VXR 37070828 /
FOX1438GU8W
88. User Switch Cisco 2960 FOC1431Z56X
89. User Switch Cisco 2960 FOC1432V66T
90. User Switch Cisco 2960 FOC1433V44V