Upload
others
View
2
Download
0
Embed Size (px)
Citation preview
P a g e | 1
BHARAT SANCHAR NIGAM LIMITED (A GOVT. OF INDIA ENTERPRISE)
(MMT SECTION)
TENDER NO AND DATE : CA/NFS/UNMS/T-623/2018 Dated 10.05.2018
DUE DATE OF RECEIPT : 14.06.2018 TIME UPTO 1130 HOURS
DATE OF OPENING : 14.06.2018 TIME AT 1200 HOURS
VENUE OF TENDER OPENING : MMT Section, 2nd Floor, Bharat Sanchar Bhawan,
Janpath, New Delhi- 110001 1. On behalf of CHAIRMAN & MANAGING DIRECTOR, BHARAT SANCHAR NIGAM
LIMITED Corporate Office, New Delhi sealed Tenders are invited for ‘PLANNING,
DESIGN, DEVELOPMENT, SUPPLY, COMMISSIONING, IMPLEMENTATION,
TESTING AND MAINTENANCE OF NGOSS BASED UNIFIED NETWORK
MANAGEMENT SYSTEM (UNMS), NETWORK OPERATION CENTERS (NOCs),
SECURITY OPERATION CENTERS (SOCs), DATA CENTERS (DCs) AND TRAINING
INFRASTRUCTURE AND TO PROVIDE PROFESSIONAL SERVICES FOR UNIFIED
NETWORK MANAGEMENT, MANAGED MAINTENANCE AND TRAINING ON
COUNTRYWIDE ARMED FORCES NGN ON TURNKEY BASIS’.
2. Overview of Tender
2.1 Project Planning, Design, Development, Supply, Implementation,
Commissioning, Testing and Maintenance of Next Generation Operations
System and Software (NGOSS) based Unified Network Management Layer
consisting of an OSS/BSS solution for Managing, Supporting and Operating the
Countrywide Armed Forces Next Generation Network (NGN).
2.2 Project Planning, Design, Engineering, Delivery, Installation and Maintenance of
hardware and software for Eight Network Centers consisting of Eight Network
Operations Centers (NOCs - One National NOC, One Disaster Recovery (DR)
NOC and Six Regional NOCs), Eight Security Operations Centers (SOCs - One
National SOC, One DR SOC and Six Regional SOCs) and build of ANSI/TIA-
942 Tier III certified Eight Data Centers (DCs - One National DC, One DR DC
and Six Regional DCs) and Eight Near-line Data Centers (NLDCs - One
National NLDC and One DR NLDC and Six Regional Near Line Data Centers).
2.3 Project Planning, Design, Development, Engineering, Delivery, Installation and
Commissioning of hardware and software for Enterprise wide Data Center
Virtualization and Private Infrastructure as a Service (IaaS) Cloud Solution,
P a g e | 2
Security Incident and Event Management Solution, Network Access Control
System, Identity and Access Management Solution etc.
2.4 Planning, Design, Supply, Implementation and Maintenance of Non-IT Active
Infrastructure Systems consisting of Transformers, HT/LT Panels, Diesel
Generators, UPS, Power Distribution Units, Environment Control Systems,
Building Management Systems, Fire Detection, Extinguishing and Suppression
Systems, Access Control Systems, CCTV Surveillance Systems etc. at all the
National, DR and Regional Network Centers, National & DR Near Line Data
Centers, Advance and Basic Training Centres being implemented as part of this
project for the Indian Army.
2.5 Provide Professional Services for Unified Network Management, Network Audit,
Network Optimization and Documentation of the fully integrated Countrywide
Armed Forces Next Generation Network (NGN) on Project Life Cycle Basis.
2.6 Provide Professional Services for Project Management during implementation
stage.
2.7 Provide Managed Maintenance Services for multiple warranty and AMC
contracts existing for all the layers of Countrywide Armed Forces Next
Generation Network (NGN) to ensure high quality service assurance. It shall
include scope for stringent SLA monitoring, service impact analysis and root
cause analysis etc. between various layers of the Countrywide Armed Forces
Next Generation Network (NGN).
2.8 Provide and deploy competent and experienced Operations Support Staff for
Tier 1, 2 & 3 tasks at NOCs and SOCs on 24x7 basis for the warranty period.
2.9 Provide and deploy competent Resident Engineer Staff for Tier 4 at all NOCs,
all SOCs, all DCs etc. on 24x7 basis on Project Life Cycle Basis.
2.10 Provide Professional Services for Data Centre migration of existing hardware,
software and applications from Purchaser’s existing Data Center(s) to the new
Data Centers being established as part of this tender. Details of Data Centre
migration can be given to the bidders separately as and when asked for
i.e. at the time of pre-bid. If the bidder so feels, a site visit may also be co-
opted during this stage.
2.11 Establish Eleven Test & Training Facilities (one Test & Training lab co-located
with each of the eight Network Centre facility and three separate Training
Centers at existing Training Schools of the Indian Army. These facilities will be
exclusively used by Indian Army for conduct of training, staging & deployment
and validation culminating into production environment, validation checks, and
network simulations etc during the full Project Life Cycle after successful
implementation of network by BSNL.
2.12 Design, Plan and Conduct of Training for Defence Personnel at various levels
(Post Graduate / Graduate level and Diploma level) on Network Management,
Operations, Maintenance & Troubleshooting tasks of the OSS/BSS, NOC, SOC,
Data Centers operations.
P a g e | 3
3. Scope of Work. From the point of view of implementation of the UNMS layer and other
associated components, the scope of work has been divided into following two parts:-
3.1 Part 1 (NOT in the scope of this tender). Part 1 pertains to the complete civil
works for construction of Eight Network Center buildings (Consisting of Data
Center, NOC, SOC, Test and Training Labs, Office and Work Station areas,
etc), National and DR Near Line Data Centre buildings and Three Training
Centre buildings. This is being executed by the Purchaser separately and is
NOT in the scope of this tender. The said buildings are being built as per
ANSI/TIA-942 Standards for housing Tier III Data Centers. However, the
bidder, on award of the contract, will be responsible to interact with the
purchaser to evaluate and coordinate all issues pertaining to civil and
electrical works that need to be considered for execution of the tender.
3.2 Part 2. (Scope of this tender) Part 2 pertains to the supply, installation,
procurement of all IT and Non-IT infrastructure/components comprising the
UNMS layer as described below:-
3.2.1 Professional Services
3.2.2 IT Infrastructure
3.2.3 Non IT infrastructure
4. Purchase of Tender Document. Tender document can be obtained offline in form of CD
from 15.05.2018 from the Office of AGM(MMY), 2nd Floor, BSB, BSNL Corporate Office,
Janpath, New Delhi-1110001 on submitting the following:
4.1 Tender fee for an amount of Rs. 10,000/- (Ten Thousand only) plus 18% GST
through DD/ Banker’s cheque drawn from any Nationalized/ Scheduled Bank in
favour of AO (Cash), BSNL, C.O. New Delhi and payable at New Delhi.
4.2 Duly signed NDA as per the prescribed format given at Áppendix ‘D’ on a non-
judicial stamp paper of Rs 100/-.
4.3 Self Declaration (on bidder/company letter head) by the authorized signatory
stating that “no addition / deletion / corrections have been made in the
downloaded NDA document being submitted and it is identical to the NDA
document vide Tender No. CA/NFS/UNMS/T-623/2018 Dated 10.05.2018
appearing on the BSNL website”.
5. Availability of Tender Document on e-Tender Portal.
5.1 The tender document shall be available on e-Tender portal after settlement of
pre-bid queries for submitting bids online.
5.2 The Tender document shall not be available for download on its submission/
closing date.
6. Bidding Process.
6.1 In response to this tender, the Bidders are required to bid as System Integrators
for the project for turnkey delivery of all the requirements given in this tender.
The Bidder/System Integrator will be responsible for Integration,
Commissioning, Training and Maintenance of this Project on an End to
End basis. The terms "Bidder" and "System Integrator (SI)" have been
P a g e | 4
interchangeably used in this tender, and mean the same.
6.2 Bidding will be done as defined above. Broad scope of work is as under: -
6.2.1 IT Infrastructure
6.2.1.1 NGOSS based OSS/BSS solution.
6.2.1.2 Servers, Storage, Security and Networking systems for
Data Centers including Management, Operations and
Security solution for Data Centers.
6.2.1.3 Data Center Virtualisation and Private Infrastructure-as-a-
Service (IaaS) Cloud Solution including migration of
existing hardware, software applications from Purchaser’s
existing Data Center(s) to the new Data Centers being
established as part of this tender. Details can be worked
out with bidders separately at a later stage i.e at the
time of pre-bid. If the bidder so feels, a site visit may
also be co-opted during this stage. In case some
hardware/software is not compatible, the same can be
hosted independently in the new Data Centre
environment.
6.2.1.4 Establishment of SOC including Security Incident and
Event Management (SIEM) solution for the complete
network and Data Centres, Vulnerability Assessment
Solution for all Data Centers, Global Threat Intelligence
Feeds for all Data Centers and Network Access Control
(NAC) solution for the complete network etc.
6.2.1.5 Thin Client Solutions, Campus Networking, Miscellaneous
IT Hardware, Training & Office equipment, and all
associated hardware, software, accessories, cabling, etc
required for delivery of turnkey solution as defined in
Section III of the tender document.
6.2.1.6 Integration of all components as a turnkey solution.
6.2.2 Non IT Infrastructure
6.2.2.1 Complete Data Centre design and build.
6.2.2.2 DG Sets
6.2.2.3 UPS for Data Centre and Network Centre facility use.
6.2.2.4 Precision cooling solution for Data Centres and other
critical areas in Network Centers and Near Line Data
Centers.
6.2.2.5 Comfort cooling solution for non critical areas of Network
Centers and Near line data centers.
6.2.2.6 Power Distribution Systems comprising Transformers,
Ring Main Unit, HT/LT panels, Bus Bar Trunking etc for
Network Centers, Near Line Data Centers and Training
Centers.
6.2.2.7 Fire Detection, Extinguishing & Suppression Systems at
all Network Centers and Near line Data Centers, and
P a g e | 5
Access Control Systems, Video Surveillance Systems and
Physical Security at all Network Centers, Near line Data
Centers and Training Centers.
6.2.2.8 IBMS at all Network Centers and Near Line Data Centers
as well as Data Center Infrastructure Management
Solution.
6.2.2.9 Technical Furniture for All NOCs, SOCs etc.
6.2.2.10 Display Systems for all NOCs, SOCs, IBMS Rooms, DC
Operations Rooms and Training Centers.
6.2.2.11 Other Miscellaneous Systems like Rodent Repellant
Systems, Water Leak Detection Systems etc at all
Network Centers and Data Centers and Public Address
Systems at all Network Centers, Data Centers and
Training Centers.
6.2.2.12 Complete labeling, identification and Signage system for
all Network Centers, Data Centers and Training Centers.
6.2.2.13 All associated hardware, software, accessories, cabling,
etc required for delivery of turnkey solution as defined in
SECTION III of the tender document.
6.2.2.14 Integration of all components as a turnkey solution.
6.2.3 Professional Services
6.2.3.1 Managed Maintenance support
6.2.3.2 Project Planning & Management
6.2.3.3 Network Audit services
6.2.3.4 Network optimization services
6.2.3.5 Documentation
6.2.3.6 Training
6.2.3.7 OEM Support
6.2.3.8 Resident Engineers / Operations Support Staff
6.3 One bidder/purchaser cannot submit more than one bid. Only one E-Tender
shall be processed and bidder shall submit required documents in one
Electronic Envelope for "Technical Part" and 2nd for "Financial Part".
6.4 Bidder should quote for 100% of the quantities/services mentioned in the SoR
and Price Schedule; else the bid shall be rejected.
6.5 OEMs/Technology Partners
6.5.1 Bidder will select only one OEM/Technology Partner for each for the
following:-
6.5.1.1 IT Infrastructure
6.5.1.1.1 OSS Solution
6.5.1.1.2 DC Virtualisation and Private IAAS Cloud
Solution
6.5.1.1.3 Server Systems for Data Centers
6.5.1.1.4 Storage Systems for Data Centers
P a g e | 6
6.5.1.1.5 Networking equipment for Data Center
and Campus Networking at Network
Centers & Training Centers.
6.5.1.1.6 DC Security Hardware. Bidder will
select different OEMs for the following
DC security hardware:-
6.5.1.1.6.1 External Firewall
6.5.1.1.6.2 Internal Firewall
6.5.1.1.6.3 Network IPS
6.5.1.1.7 Public Key Infrastructure based Identity
and Access Management Solution
6.5.1.1.8 SOC Tools & Technologies
6.5.1.1.8.1 Security Incident &
Event Management
Solution
6.5.1.1.8.2 Vulnerability
Assessment Solution
6.5.1.1.8.3 Threat Intelligence
6.5.1.1.8.4 Network Access
Control Solution
6.5.1.1.8.5 Integration of offline
feeds for Cyber Global
Threat Intelligence
6.5.1.2 Non IT Infrastructure
6.5.1.2.1 Data Centre Design and Build (less
building construction)
6.5.1.2.2 DG Sets
6.5.1.2.3 All types of UPS Systems
6.5.1.2.4 Air Cooled Chilled Water Plant System for
Network Centers & Near Line Data
Centers.
6.5.1.2.5 Chiller based Precision Cooling Solution
for Data Centers.
6.5.1.2.6 Chiller based Comfort Cooling Solution for
Network Centers except Data Centers.
6.5.1.2.7 Transformers, Ring Mains Unit, HT and
LT panels, AMF and DG Synch Panels for
all Network Centers, Near Line Data
Centers and Training Centers.
6.5.1.2.8 Fire Alarm, Detection & Suppression
System for Network Centers, Near Line
Data Centers and Training Centers.
6.5.1.2.9 Fluroketone Fire Suppression System for
Data Centers.
6.5.1.2.10 VESDA Aspirating Smoke Detection
P a g e | 7
System for Data Centers.
6.5.1.2.11 Access Control System for Network
Centers, Near Line Data Centers and
Training Centers.
6.5.1.2.12 CCTV Video Surveillance Systems for
Network Centers, Near Line Data Centers
and Training Centers
6.5.1.2.13 DCIM Solution for Data Centers
6.5.1.2.14 IBMS Solution for Network Centers and
Near Line Data Centers.
6.5.1.2.15 Video Walls Network Centers and Near
Line Data Centers.
6.5.1.2.16 Technical Furniture.
6.5.1.2.17 Other Miscellaneous Systems like Rodent
Repellant Systems, Water Leak Detection
Systems at all Network Centers and Data
Centers and Public Address Systems at
all Network Centers, Data Centers and
Training Centers.
6.5.1.3 Professional Services
6.5.2 Bids offering multiple OEMs/ Technology Partners for one type of
equipment/application/solution as given above will be rejected.
6.5.3 The Bidder will not be permitted to change the OEM / Technology
Partners after submission of the Bid.
6.6 Teaming Agreement.
6.6.1 The Bidder shall have MoU/ teaming agreement with all OEMs/
Technology Partners for supply, installation, integration,
commissioning, support and training of all items / sub systems and
services as given in the SoR for ten years technical support (three
years for warranty + seven years for AMC period) for this project. The
OEM should explicitly undertake to provide support in terms of
provision of spares and repair/replacement of faulty equipment
during this period.
6.6.2 The Teaming Agreement will be signed by authorized signatories of
both the parties (Bidder and OEM/Technology Partner) duly
supported by Power of Attorney in the name of these signatories.
6.6.3 Teaming agreement shall also include a clause that in case the
SI/OEM ceases to exist on account of merger/acquisition then the
new SI/OEM shall also be responsible for all obligations in terms of
maintenance support, provision of spares, etc (as the initial SI/OEM
with regards to this project.
7. Eligibility Conditions. The Bidder must qualify as per the eligibility criteria given below:-
P a g e | 8
7.1 General eligibility criteria.
7.1.1 The bidder should be an Indian Registered Company registered
under Indian Companies Act 1956/2013. The bidder shall provide the
following documents:-
7.1.1.1 Certificate of Incorporation from Registrar of
Companies.
7.1.1.2 Articles and Memorandum of Association.
7.1.1.3 Annual Report for the last three financial years.
7.1.1.4 Documentary evidence for registration with proof for
Management and Control of Company with Resident
Indian Nationals.
7.1.1.5 List of all Directors including their name(s), Director
Identification Number(s) (DIN) and address(es) along
with contact telephone numbers of office and
residence.
7.1.1.6 Copy of Permanent Account Number.
7.1.1.7 Goods and service tax (GST) registration number, if
applicable.
7.1.2 CS certified document from Bidder/Parent Company as well as the
OEMs/Parent Company should be submitted confirming the following
clauses:-
7.1.2.1 SI/OEM should not have been blacklisted in India by
any Government Department / Govt. PSU in India for
Telecom business in the last five years.
7.1.2.2 SI/OEM should not have been blacklisted by any
sovereign government and barred from participating in
government projects due to security reasons.
7.2 Technical eligibility criteria
7.2.1 Bidder must have one test facility in India for Development of
System and Network level integration solution for ICT Networks.
7.2.2 The bidder should have at least seven support centers, preferably
one at Delhi/NCR and at least one each in major city in each of the
Army Command Regions. Information of support centers to include
address and TIN details shall be submitted. Details of geographical
area under each Army Command are confidential in nature and may
be obtained in person from Defence PICG (Project Implementation
Core Group), NFS Cell, Rao Tula Ram Marg, New Delhi, if required.
7.2.3 The bidder should have strength of at least 100 skilled
professionals in network/system integration field on its payroll.
Relevant proof in this regard shall be submitted.
7.2.4 The bidder should have ISO 9001:2008 and ISO 9001:2015
certification.
P a g e | 9
7.2.5 The bidder should give certificate stating that all the hardware/
software supplied under the contract shall not contain any embedded
malicious codes that could inhibit the desired functions of the
equipment or cause the network to malfunction in any manner or be
detrimental to the security of network / info flowing through the
network. The proposed format is given at Appendix ‘F’ of tender
document.
7.3 Technical Eligibility Criteria ( For IT Scope of Work)
7.3.1 The System Integrator/OEM should have ISO 27001 (OEM) and ISO
15408 (SI/OEM) certifications.
7.3.2 The System Integrator/OEM should have TAC support at minimum
two locations in India for each IT hardware and software being
procured in this tender.
7.4 Financial Eligibility Criteria
7.4.1 The Cumulative Annual Turnover of the bidder during last three
financial years should be at least Rs 3000 Crore.
7.4.2 The Bidder should produce Banker's Solvency Certificate for a
minimum amount of Rs 1000 Crore.
7.5 Experience Eligibility Criteria (All dates to be from date of NIT)
7.5.1 The bidder should have existence as purchaser in India and should
be authorised by the OEMs. Relevant certificate in this regard shall
be provided by their OEMs.
7.5.2 The bidder should have experience in handling multi location,
multi product system integration projects for any Government/
Enterprise / Telecom/ IT Service Provider. Should have
successfully implemented and maintained / operated two such
projects total amounting to Rs 100 Crore during the last 5 years.
7.5.3 The bidder should have successfully delivered goods/services worth
Rs 10 Crore as SI/OEM with Indian Defence Services in the last 5
years.
7.6 Experience Eligibility Criteria (For Professional Services Scope of Work.
All dates to be from date of DNIT)
7.6.1 The System Integrator/OEM should have System Integration and
Project Management (SIPM) portfolio for delivery of Professional
Services including Unified Network Management, Network Audit, and
Network Optimization and Managed Maintenance Support for
Telecom projects having similar scope for design, development,
implementation, operation, maintenance and training of similar type
of NGOSS based OSS Solution, NOCs and Data Centers for
Government/ Enterprise / Telecom/ IT Service Provider in the
last 5 years.
7.6.2 LEFT BLANK INTENTIONALLY
7.6.3 The System Integrator/OEM should be capable for provision of
‘Managed Maintenance Services’ as a ‘Single Window Model’ for
P a g e | 10
multiple warranty and AMC contracts. System Integrator/OEM
should have more than three years of experience in Managed
Maintenance Services domain. The bidder is required to submit the
declaration to this effect stating clearly the number of clients from
Government/ Enterprise / Telecom/ IT Service Provider industry
served under Managed Maintenance Services contract along with
details and date of award of contract.
7.7 Experience Eligibility Criteria (For IT Scope of Work. All dates to be from
date of DNIT)
7.7.1 The System Integrator/OEM should have successfully
implemented at least two NGOSS based Telecom OSS/BSS
solutions for Government/ Enterprise / Telecom/ IT Service Provider
in the last 5 years.
7.7.2 The System Integrator/OEM should have successfully
implemented at least ten Data Center Virtualisation solutions for
Government/ Enterprise / Telecom/ IT Service Provider in the last 5
years.
7.7.3 The System Integrator/OEM should have successfully
implemented more than three Private IaaS Cloud solutions for
Government/ Enterprise / Telecom/ IT Service Provider in the last 5
years.
7.7.4 The System Integrator/OEM should have successfully
manufactured, supplied and installed at least 200 Data Centre
grade Network Switches for requirements for Government/
Enterprise / Telecom/ IT Service Provider in the last 5 years.
7.7.5 The System Integrator/OEM/ Technology Partner should have
successfully manufactured, supplied and installed at least 800
physical Blade Servers for Data Centre requirements for
Government/ Enterprise / Telecom/ IT Service Provider in the last 5
years.
7.7.6 The System Integrator/OEM should have successfully
manufactured, supplied and installed at least 20 Enterprise
Class Storage Solutions for Data Centre requirements for
Government/ Enterprise / Telecom/ IT Service Provider in the last 5
years.
7.7.7 The System Integrator/OEM should have successfully
manufactured, supplied and installed at least 10 Backup Storage
Solutions for Data Centre requirements for Government/ Enterprise /
Telecom/ IT Service Provider in the last 5 years.
7.7.8 The System Integrator/OEM should have successfully
implemented and deployed at least four Network Operations
Centre solutions for Government/ Enterprise / Telecom/ IT Service
Provider in the last 5 years.
7.7.9 The System Integrator/OEM should have successfully
implemented and deployed at least four Security Operations
P a g e | 11
Centre deployments alongwith Integrated Global Threat
Intelligence Feeds for Government/ Enterprise / Telecom/ IT
Service Provider in the last 5 years.
7.7.10 The System Integrator/OEM should have successfully
implemented at least five SIEM solutions and Vulnerability
Assessment solutions for Government/ Enterprise / Telecom/ IT
Service Provider in the last 5 years.
7.7.11 The System Integrator/OEM should have successfully
implemented at least five Network Access Control solutions for
Government/ Enterprise / Telecom/ IT Service Provider in the last 5
years.
7.7.12 The System Integrator/OEM should have successfully
implemented at least five Identity and Access Management
solutions for Government/ Enterprise / Telecom/ IT Service Provider
in the last 5 years.
7.7.13 The System Integrator/OEM should have successfully
implemented at least five Public Key Infrastructure solutions for
Government/ Enterprise / Telecom/ IT Service Provider in the last 5
years.
7.7.14 The System Integrator/OEM should have successfully
implemented at least twenty Thin Client/Virtual Desktop
Infrastructure solution deployments for Government/ Enterprise /
Telecom/ IT Service Provider in the last 5 years.
7.7.15 The System Integrator/OEM should have successfully
implemented at least two Data Center Enterprise Management
solutions for Government/ Enterprise / Telecom/ IT Service Provider
in the last 5 years.
7.7.16 The System Integrator/OEM should have successfully
manufactured, installed and commissioned at least fifty Data
Center Firewalls & Intrusion Protection solutions for
Government/ Enterprise / Telecom/ IT Service Provider in the last 5
years.
7.7.17 The System Integrator/OEM should have successfully
manufactured, installed and commissioned at least fifty Layer 3
and Layer 2 Switches as part of Campus Data Networks for
Government/ Enterprise / Telecom/ IT Service Provider in the last 5
years.
7.7.18 The System Integrator/OEM should have successfully
manufactured, installed and commissioned at least fifty Data
Center WAN Routers for Government/ Enterprise / Telecom/ IT
Service Provider in the last 5 years.
7.8 Project Team Criteria (For IT Scope of Work. All dates to be from date of
DNIT)
7.8.1 The System Integrator/OEM should have an Solution Architect on
the nominated project team for this project having experience of
P a g e | 12
at least 5 years in Data Centre design and having been part of the
team that has successfully delivered a TIA-942/Uptime Institute
certified Tier III Data Centre.
7.8.2 The System Integrator/OEM should have a Certified Data Centre
Professional (CDCP) on the nominated project team for this
project having at least 5 years experience in Data Center
projects.
7.8.3 The System Integrator/OEM should have a Certified Information
Systems Security Professional (CISSP) certified professional on
the nominated project team for delivering the SOC and IT
Security solutions in this project having more than 3 years
experience in Information Security and SOC projects.
7.9 Experience Eligibility Criteria (For Non-IT Scope of Work. All dates to be
from date of DNIT)
7.9.1 The System Integrator/OEM should have successfully
constructed/installed and commissioned at least one Data Centre
project conforming to and certified by a Certified UPTIME
INSTITUTE/TIA-942 External Auditor (CTEA) for complying with
ANSI/TIA 942 Tier III standards for Government/ Enterprise /
Telecom/ IT Service Provider in the last five years or more. Proof for
UPTIME INSTITUTE/CTEA conformity certification should be
provided as part of the bid.
7.9.2 The System Integrator/OEM should have successfully implemented
at least four DC build solutions for Government/ Enterprise /
Telecom/ IT Service Provider in the last five years. Data Center
build would mean where the System Integrator/OEM has procured,
installed and commissioned all Non-IT components of the Data
Center i.e. PAC/PAHU, UPS, DG, PDU, Raised Flooring,
Containment Aisles and electrical work.
7.9.3 The System Integrator/OEM should have experience in providing
Data Center Facility Management Services for a period of at
least three years for at least two Data Centers for a Government/
Enterprise / Telecom/ IT Service Provider. The Facility management
services shall consist of non IT related services like BMS, power,
HVAC, Security & Surveillance etc.
7.9.4 The OEM should have successfully manufactured, supplied and
installed at least 100 CPCB II compliant DG sets of capacity 500
KVA or more, for data centre requirements, for Government/
Enterprise / Telecom/ IT Service Provider in the last five years.
7.9.5 The OEM should have successfully manufactured, supplied and
installed at least 100 UL 1778/IEC 62040 certified modular UPS of
capacity 200 KVA or more, specifically for Data Centre
requirements, for Government/ Enterprise / Telecom/ IT Service
Provider in the last five years.
7.9.6 The System Integrator/OEM should have successfully implemented
at least five Air Cooled Chiller Plant based Precision Cooling
Solution of capacity 100 TR or more, specifically for Data Centre
P a g e | 13
requirements, for Government/ Enterprise / Telecom/ IT Service
Provider in the last five years.
7.9.7 The System Integrator/OEM should have successfully implemented
at least ten chiller based centralized Comfort Cooling Solutions
of capacity 500 TR or more, for Government/ Enterprise / Telecom/
IT Service Provider in the last five years.
7.9.8 The System Integrator/OEM should have successfully manufactured,
supplied and installed at least 50 Transformers of capacity 500
KVA or more (including HT/LT panels and power cabling), for Data
Centre/ Critical Facilities requirements, for Government/ Enterprise /
Telecom/ IT Service Provider in the last five years.
7.9.9 The System Integrator/OEM should have successfully implemented
at least ten Fire Detection & Suppression solutions & VESDA,
specifically for Data Centre requirements, for Government/
Enterprise / Telecom/ IT Service Provider in the last five years.
7.9.10 The System Integrator/OEM should have successfully installed,
commissioned and managed at least five DCIM solutions,
specifically for Data Center requirements for Government/ Enterprise
/ Telecom/ IT Service Provider, in the last five years.
7.9.11 The System Integrator/OEM should have successfully manufactured,
supplied and installed at least 25 Video Wall solutions, for
NOC/SOC/Data Centre/Critical facilities for Government/ Enterprise /
Telecom/ IT Service Provider, in the last five years.
7.9.12 The OEM should have successfully manufactured, supplied and
installed at least four such BIFMA certified Technical Furniture
solutions, for NOC/SOC/Data Centre/Critical facilities for
Government/ Enterprise / Telecom/ IT Service Provider, in the last
five years.
7.9.13 The System Integrator/OEM should have successfully manufactured,
supplied and installed at least 50 Access Control solutions, for
NOC/SOC/Data Centre/Critical facilities for Government/ Enterprise /
Telecom/ IT Service Provider, in the last five years.
7.9.14 The System Integrator/OEM should have successfully manufactured,
supplied and installed at least 50 Video Surveillance solutions, for
NOC/SOC/Data Centre/Critical facilities for Government/ Enterprise /
Telecom/ IT Service Provider, in the last five years.
7.9.15 The System Integrator/OEM should have successfully manufactured,
supplied and installed at least 10 Rodent Repellant solutions, for
NOC/SOC/Data Centre/Critical facilities for Government/ Enterprise /
Telecom/ IT Service Provider, in the last five years.
7.9.16 The System Integrator/OEM should have successfully manufactured,
supplied and installed at least 10 Water Leak Detection solutions,
for NOC/SOC/Data Centre/Critical facilities for Government/
Enterprise / Telecom/ IT Service Provider, in the last five years.
7.9.17 The System Integrator/OEM should have successfully manufactured,
supplied and installed at least 10 Signage solutions, for
NOC/SOC/Data Centre/Critical facilities for Government/ Enterprise /
Telecom/ IT Service Provider, in the last five years.
7.9.18 The System Integrator/OEM should have successfully installed,
P a g e | 14
commissioned and managed at least ten IBMS solutions, for
NOC/Data Centre/Critical facilities for Government/ Enterprise /
Telecom/ IT Service Provider, in the last five years.
7.10 Other Conditions.
7.10.1 Bidders are required to submit client certificates/ documentary proof
of experiences as referred in Clauses 7.2, 7.3, 7.4 7.5, 7.6, 7.7, 7.8
and 7.9 above in the form of an original certificate from the relevant
Purchaser signed by the official of the company (including name,
designation, contact details). References shall be considered valid
only if the mentioned networks/products are deployed and in
operation. The purchaser reserves the right to verify such references
and the bidder shall facilitate the same. No self certification from the
bidder or their collaborators shall be accepted.
7.10.2 Bidding for PMA Notified Products. PMA Policy is applicable for
this tender as per latest notifications issued by the MoC/DoT. The
bidder shall be responsible for integration between domestic and
non-domestic products. Testing methodology, as applicable, shall be
carried out.
8. Bid Security/EMD. The bidder shall furnish the bid EMD of amount Rs Five Crores
(Rs 5,00,00,000/-), in one of the following ways:-
8.1 Demand Draft/ Banker’s cheque drawn in favour of A.O. (Cash), BSNL C.O.
Payable at “New Delhi”.
8.2 Bank Guarantee from a scheduled bank drawn in favour of ‘DGM (MMT), BSNL
C.O. New Delhi’ which should be valid for 210 days from the tender opening
date.
9. Date & Time of Submission of Tender bid. As specified in the first page of this
section.
9.1 Note. In case the date of submission (opening) of bid is declared to be a
holiday, the date of submission (opening) of bid will get shifted automatically to
next working day at the same scheduled time. Any change in bid opening
date due to any other unavoidable reason will be intimated to all the bidders
separately.
10. Place of opening of Tender bids. BSNL has adopted e-tendering process which
offers a unique facility for ‘Public Online Tender Opening Event (POTOE)’. BSNL’s
Tender Opening Officers as well as authorized representatives of bidders can attend the
Public Online Tender Opening Event (TOE) from the comfort of their offices. Kindly refer
clause 439 of Section IV Part C of Tender document for further instructions.
11. Tender bids received after due time & date will not be accepted.
12. Incomplete, ambiguous, conditional, unsealed tender bids are liable to be rejected.
13. CMD, BSNL reserves the right to accept or reject any or all tender bids without assigning
any reason. He is not bound to accept the lowest tender.
14. The bidder shall furnish a declaration in his tender bid that no addition /deletion /
P a g e | 15
corrections have been made in the downloaded tender document being submitted and it
is identical to the tender document appearing on the website.
15. In case of any correction/ addition/ alteration/ omission in the tender document, the
tender bid shall be treated as non responsive and shall be rejected summarily.
16. Note.
16.1 All documents submitted in the bid offer should be in English. In case the
certificate viz. experience, registration etc. is issued in any other language other
than English, the bidder shall attach an English translation of the same duly
attested by the bidder & the translator to be true copy in addition to the relevant
certificate.
16.2 All computer generated documents should be duly signed/ attested by the
bidder/ vendor organization.
The queries in respect of bid document, if any, can be sent to the following officers at
their Email IDs and address of the office, latest by 24.05.2018.
BSNL Contact-1
BSNL’s Contact Person Sh. P.Balaji Venkatesh, AGM (MMY)
Telephone/ Mobile (011) 2371 7844 [between 9:30 hrs. to 18:00 hrs. on working
days]
E-mail ID [email protected]
BSNL Contact-2
BSNL’s Contact Person Sh. Manoj Kumar, DM (MMX)
Telephone/ Mobile (011) 2303 7172 [between 9:30 hrs. to 18:00 hrs. on working
days]
E-mail ID [email protected].
F.No. CA/MMT/11-13/2018 (NFS) Dated: 10.05.2018
(----s/d----)
AGM (MMY)
---------------------------------------------------------------------------------------------------------------------- ---------------------- Regd. & Corporate Office : Bharat Sanchar Bhawan, H.C.Mathur Lane, Janpath, New Delhi-110 001.
Corporate Identity Number (CIN) : U74899DL2000GOI107739 www.bsnl.co.in
P a g e | 16
Appendix ‘D’
NON-DISCLOSURE AGREEMENT
This Agreement is made on __________ day of __________ 2018 between BHARAT
SANCHAR NIGAM LIMITED (BSNL) a Government of India enterprises, having its registered
and corporate office at Bharat Sanchar Bhawan, Janpath, New Delhi hereinafter called BSNL
which expression shall unless repugnant to the subject or the context mean and included its
successor, nominees or assigns and
M/s_________________________________________________________ a company
incorporated under the Indian Companies act, 1956, and having its registered office at
__________________________ herein after called “bidder” which expression shall unless
repugnant to the subject or the context mean and include its successors, nominees or assigns.
Whereas an RFP was floated by BSNL for ‘PLANNING, DESIGN, SUPPLY,
IMPLEMENTATION AND MAINTENANCE OF UNIFIED NMS, NETWORK OPERATION
CENTERS, SECURITY OPERATION CENTERS, DATA CENTERS AND TRAINING
INFRASTRUCTURE AND TO PROVIDE PROFESSIONAL SERVICES FOR NETWORK
MANAGEMENT, MAINTENANCE AND TRAINING ON NETWORK MANAGEMENT FOR
COUNTRYWIDE Armed Forces NGN ON TURNKEY BASIS’ and
M/s______________________ is one of the bidders. The bidder will be issued tender
document, which contains highly classified and confidential information. The information is to
be protected from unauthorized use and disclosure:
In consideration of this, the bidder agrees as follows:-
1. This Agreement will apply to any information including information listed in Exhibit ‘A’
attached hereto pertaining to project disclosed by BSNL to the bidder in writing or
otherwise information consists of tender document, specifications, designs, plans
drawing, software, prototypes and / or technical information, and all copies and
derivatives containing such Information, that may be disclosed to bidder for and during
the Purpose. Information may be in any form or medium, tangible or intangible, and may
be communicated/disclosed in writing, orally, or through visual observation or by any
other means by BSNL to the bidder.
2. The bidder shall use the information pertaining to this project only for the purpose and
shall hold information in confidence using the same degree of care as it normally
exercise to protect its own proprietary information, but not less than reasonable care,
taking into account the nature of the information, and shall grant access to information
only to its employees who have need to know, but only to the extent necessary to carry
out the business purposes of this project as defined in. The bidder shall cause its
employees to comply with the provisions of this Agreement applicable to his and shall not
reproduce information without prior permission of BSNL. The permission to reproduce
P a g e | 17
shall only be given if considered necessary and to the extent essential for fulfilling the
purpose. The bidder may, however, disclose the information to its consultants and
contractors with a need to know; provided that by doing so, the bidder agrees to bind
those consultants and contractors to terms at least as restrictive as those stated herein,
advise them of their obligations and indemnify BSNL for any breach of those obligations.
3. The bidder shall not disclose any information pertaining to this project to any third party.
4. Upon the request of BSNL, he shall return all information to BSNL immediately, provided,
however, that an archival copy of the information may be retained in the files of the
bidder’s counsel, solely for the purpose of providing the contents of the information.
5. In case the bidder is not selected for awarding the work of this project, he shall return to
BSNL all the original documents that have been made over by BSNL to him pertaining to
this project Within 15 days of outcome of the tender and shall destroy all hard / soft
copy/(ies) of the information pertaining to this project. Intimation in this regard is to be
given by bidder to BSNL.
6. The bidder recognizes and agrees that all the information pertaining to this project is
highly confidential and is owned solely by BSNL Govt of India and that the unauthorized
disclosure or use of such Confidential information would cause irreparable harm and
significant injury, the degree of which may be difficult to ascertain. Accordingly, the
bidder agrees that BSNL will have the right to obtain an immediate injunction enjoining
any breach of this Agreement, as well as the right to pursue any and all other rights and
remedies available at law or in equity for such a breach.
7. The bidder’s failure to enforce any provision, right or remedy under this agreement shall
not constitute waiver of such provision, right or remedy.
8. This Agreement will be construed in, interpreted and applied in accordance with the laws
of India.
9. This Agreement and attached hereto constitutes the entire agreement with respect to the
bidders obligations in connection with information disclosed hereunder.
10. The bidder shall not assign this Agreement without first securing BSNL’s written consent.
11. This agreement will remain in effect for ten years from the date of the last disclosure of
confidential information, at which time it will terminate, unless extended by BSNL in
writing.
IN WITNESS WHERE OF, the parties hereto have executed this agreement by their duly
authorized officer or representatives.
M/s _______________________ BHARAT SANCHAR NIGAM LIMITED
Signature ___________________ Signature _____________________
Printed Name _________________ Printed Name ____________________
Title _________________________ Title ____________________________
P a g e | 18
Exhibit ‘A’
(Refer Para 1 of NDA)
1. BUSINESS PURPOSE: PLANNING, DESIGN, DEVELOPMENT,
IMPLEMENTATION AND MAINTENANCE OF UNIFIED NMS (INCLUDING NGOSS,
NOCs & SOCs), DATA CENTERS AND TEST & TRAINING LABs AND TO PROVIDE
PROFESSIONAL NETWORK SERVICES FOR NETWORK MANAGEMENT,
MAINTENANCE AND TRAINING ON NETWORK LIFECYCLE BASIS FOR
COUNTRYWIDE ARMED FORCES NGN ON TURNKEY BASIS vide T. No.
CA/NFS/UNMS/T-623/2018 Dated 10.05.2018.
2. Confidential Information of Bharat Sanchar Nigam Limited (BSNL)
2.1. Tender document for Unified NMS.
2.2. The technical specifications / bill of material for Unified NMS.
2.3. All network details of Unified NMS.
2.4. All information shared in oral or in written by BSNL with
M/s___________________________________________________
.
BSNL : ____________________________ M/s _______________________
Signed Signed