Upload
others
View
2
Download
0
Embed Size (px)
Citation preview
Page 1 of 42
Request for Proposal document
RFP Name Annual Maintenance Contract of Email setup of SEBI
RFP No. SEBI/GSD/ITD/RFP/2018/12/01
RFP Issue date
December 07, 2018
Last Date of response submission
January 15, 2019 before 3:00 pm
Page 2 of 42
TABLE OF CONTENTS
S/N Sub S/N
Topic / Heading Page No
List of Abbreviations 4
1 Introduction to Securities and Exchange Board of India (SEBI)
5
2 Purpose of RFP 5 3 Current Setup 6
a Hardware setup of PDC and DR 8
b Software setup of PDC and DR 8 c Onsite helpdesk of email solution 8
d Facilities Management Services by existing AMC vendor
9
e Business Continuity and Disaster Recovery 10 f Service Level Agreement terms 10
4 Scope of work 11
a Maintain Existing Hardware setup of email system
11
b Maintain existing software / application setup of email system
11
c Maintain existing helpdesk and FMS setup of email system
11
d Maintain Existing Business Continuity and Disaster Recovery
12
e Revised SLA terms 12 f Readiness to provide CAL licenses from
Microsoft 14
5 Vendor Eligibility 15
a General vendor eligibility 15 b Vendor eligibility for hardware support 17
c Vendor Eligibility for software support 17 d Vendor eligibility for helpdesk, FMS and SLA
management 18
6 Payment Terms 18
Page 3 of 42
7 Deliverables 19
8 Two – bid tender process 19 a Technical Bid 19
b Commercial bid 21 9 Terms and conditions of responding to this RFP 21
10 Earnest Money Deposit 24
11 Important dates 25 12 Bid evaluation process 25
a Technical Evaluation 25 b Commercial Evaluation 27
13 Annexure A – Hardware and Software Bill of material
28
14 Annexure B – Checklist for Technical bid 35 15 Annexure C – Cover form for Technical bid 36
16 Annexure D – Format for Commercial bid 38 17 Annexure E – Help Desk qualified resources 41
18 Annexure F – Format for Statement of Understanding
42
Page 4 of 42
List of Abbreviations ToC↑
Abbreviations used in this document, unless explicitly mentioned as otherwise in
any section of this document, should be interpreted as follows:
Acronym Full Form BoM Bill of Material
DR Disaster Recovery
EoL End of Life EoS End of Support
FMS Facilities Management Service HP Hewlett Packard
MAF Manufacturer’s Authorization Form
PDC Primary Data Centre PO Purchase Order
RE Resource Engineer SEBI Securities and Exchange Board of India
SLA Service Level Agreement SMG Symantec Mail Gateway
SMTP Simple Mail Transfer Protocol
TMG Threat Management Gateway WO Work Order
Page 5 of 42
1. Introduction to Securities and Exchange Board of India (SEBI) ToC↑
Securities and Exchange Board of India (hereinafter referred as SEBI) was
established under an Act of Parliament, to protect the interests of investors in
securities and to promote the development of, and to regulate, the securities
market and for matters connected therewith or incidental thereto.
Detailed information on the functions of SEBI is provided on the website,
www.sebi.gov.in.
2. Purpose of RFP ToC↑
SEBI invites proposal for Annual Maintenance Contract of its existing Enterprise
wide electronic Email System. The bidding entities will be selected after the
evaluation of technical and financial bids. The selected bidder will work with
SEBI in maintaining the current infrastructure of Enterprise Email setup within
SEBI for a maximum period of 1 (one) year.
The scope of the contract includes maintenance and support of Email system at
Primary Data Center (PDC) in Mumbai and Disaster Recovery (DR) Site in
Chennai with required Support contracts from OEMs and software vendors and
maintaining a crew of Resource Engineers for facilities management and
helpdesk services. As part of maintenance and support takeover of the existing
setup, selected bidder should ensure that no changes are made to the existing
functionalities of the Email Setup.
This RFP contains SEBI’s requirements and expectations for maintenance and
support of the existing Enterprise wide Email System. Bidders are requested to
go through this document carefully and submit their responses which in their
opinion are the most appropriate to meet SEBI’s requirements. To gain any
further understanding of SEBI’s requirements bidders are encouraged to review
the existing setup in person, by technically competent representatives of the
bidding entity.
Page 6 of 42
3. Current Setup ToC↑
The current email setup of SEBI is distributed across its PDC site in Mumbai
and DR site in Chennai. The PDC is hosting the active instance of Exchange
server application along with its peripheral support and security applications.
The DR site hosts a reduced capacity implementation of PDC setup, running
in passive mode, with a near real time synching frequency. There are over
800 users in the domain and the user base may increase in the next one year.
The mail is accessible through Outlook email client, over the browser in LAN,
over internet VPN of SEBI and mobile phones (Android and iOS based).
Figure 1: AD setup and connectivity
Internet
Main Data Center
Regional
Office
Firewall
Backup Site
Firewall
Inte
rne
t
Windows 2008 Active
Directory
Windows 2008 Active
Directory
Regional
Office
Regional
Office Branch
Branch
Branch
Branch
Branch
Branch
Page 7 of 42
The main components of the mailing solution are as follows:
I. Messaging server
II. Directory server
III. Messaging clients (Web, Outlook, Mobiles)
IV. Enterprise Calendar server
V. Contacts
In addition to the above front-end functional component, back-end
components like :
I. Load Balancers
II. Anti-Spam system
III. Threat management gateway
IV. Archival system and
V. DHCP
Figure 2: Representation layout for email setup – one site
Page 8 of 42
a. Hardware setup of PDC and DR ToC↑
The OEMs of hardware the infrastructure on which the email setup is
hosted are as follows:
i. Hewlett Packard enterprise India Pvt. Ltd.
ii. Dell Enterprise Ltd.
iii. Fortinet Inc. USA
iv. Riverbed Technology Inc. USA
v. Array Networks Inc. USA
The detailed bill of material is enclosed at Annexure A – HW / SW
BOM
b. Software setup of PDC and DR ToC↑
The software manufacturers / licensors of the software applications
that constitute the email setup of SEBI are as follows:
i. Microsoft Inc, USA.
ii. Hewlett Packard enterprise India Pvt. Ltd.
iii. GFI Software, Aurea SMB Solutions, USA iv. Symantec Inc. USA
The detailed bill of material is enclosed at Annexure A – HW / SW
BOM
c. Onsite helpdesk of email solution ToC↑
As per current arrangement, a helpdesk services is provided to SEBI by
the existing AMC vendor. Help desk is be responsible for resolving
issues in the software, network and hardware in the current setup.
i. All interactions with user will be assigned a ticket number and
the number are be given to the user along with the
identification of the agent.
ii. Helpdesk have qualified engineers to handle
proposed applications/systems.
Page 9 of 42
iii. All interactions are noted on system. The transactions are also
be monitored – on a statistically appropriate sampling basis to
assess service level as well as delivery effectiveness and for
providing training/ feedback to help desk personal.
iv. All the SLA monitoring and tracking are done by Helpdesk
v. All complaints/ grievances of user are recorded and followed up
for resolution, if necessary, in coordination with departments.
The user is kept informed of the progress of resolution and the
final resolution.
vi. Helpdesk working window: 08:00 A.M to 07:00 P.M [Monday to
Sunday]. A Team of 4 to 5 personnel currently constitute the
Helpdesk.
vii. Other important activities include but not limit to:
a) Troubleshooting and management of Exchange server
Application
b) Support to MS Outlook Client Applications on user
desktops
c) Support for Email client on mobile phones of users.
d) Management of peripheral applications like TMG, AD, GFI
achiever etc.
e) Ensuring backup of all systems and data as per existing
scope, schedule and procedures.
f) Troubleshooting and management of hardware including,
servers, network and security devices and storage devices.
g) Facilitate in conducting DR drills for the email setup, two
times in a year.
d. Facilities Management Services by existing AMC vendor ToC↑
Vendor maintains FMS effectively to address the user level issues and
technical level issues, and also guarantee at least 99.9% up-time of the
system from 12.00 AM to 12.00PM from Monday to Sunday (24x7).
Page 10 of 42
e. Business Continuity and Disaster Recovery ToC↑
DR drills are conducted four times a year to ensure DR readiness and
effectiveness of BCP in case of disruptions. Existing vendor provides
necessary support and services onsite at PDC and DR during such drills
and local presence of the vendor ensures seamless service at both
locations.
f. Service Level Agreement terms ToC↑
Existing SLA management framework is based upon multiple
parameters as follows:
i. SLA for Application/Component Availability
ii. SLA for Integrated Solution
iii. SLA for performance management
iv. SLA for the Security Services
v. SLA for Manpower Availability
vi. SLA for Backup
vii. SLA for Incident Management
viii. SLA for Problem Management
Page 11 of 42
4. Scope of work ToC↑
Selected bidder is required to provide end-to-end comprehensive Annual
Maintenance Contract (AMC) of existing Email setup of SEBI. This would
include:
a. Maintain Existing Hardware setup of email system ToC↑
All existing hardware, which includes servers, storages, network
equipment, security equipment, tape library etc. as mentioned in
Annexure A – Hardware and Software BOM, should be
comprehensively covered under AMC, with back to back support
contracts from the OEMs, valid for a period of one year, extendable up
to a period of next six months.
b. Maintain Existing software/application setup of email system ToC↑
The software / applications that constitute the email setup of SEBI,
which include Mail server applications, Client applications, Security
applications and associated / supporting applications, as mentioned in
Annexure A – Hardware and Software BOM, should be
comprehensively covered under AMC, with back to back support
contracts existing from the software seller, IPR holder or licensor, valid
for a period of one year, extendable up to a period of next six months.
c. Maintain Existing helpdesk and FMS setup of email system ToC↑
The exact structure and operations for support services should be
maintained by the selected bidder as part of the comprehensive AMC.
This includes the helpdesk and FMS operations. Onsite Helpdesk of
same strength of qualified professionals should be maintained at PDC.
In case of disaster, when operations are to be shifted to DR site in
Page 12 of 42
Chennai, resources have to be deployed within a time span of 3 hours
or less. Similarly, FMS services have to be maintained 27 X 7 and
adherence to SLA terms as mentioned in section 4.d is of utmost
importance.
d. Maintain Existing Business Continuity and Disaster Recovery ToC↑
DR drills are to be conducted four times a year and reports are to be
submitted to SEBI, to ensure DR readiness and effectiveness of BCP in
case of disruptions. Chosen vendor should provides necessary support
and services onsite at PDC and DR during such drills and ensure local
presence for seamless service at both locations. There should be an
approximate gap of 75 to 80 days between consecutive DR drills.
e. Revised SLA terms ToC↑
Scheduled and pre-approved downtimes will not be included in
calculation of SLA penalties. Such downtime should be limited to a
maximum of 4 hours in a quarter. The revised Service Level Agreement
terms during the AMC period is as follows:
I. Server / device / application downtime
Table 1: SLA matrix for server device/application
Component
Availability
Downtime / resolution time Penalty
All devices and
application
software
For any incident reported on
or before 11:00 am of a day,
the same should be resolved
by close of business that
day. An incident reported
after 11:00 am of a day the
same should get resolved
before 11:00am next day.
Breach in
resolution time
would attract
1% penalty on
the quarterly
AMC charges
corresponding
Page 13 of 42
to that device
or application.
Vender is required to provide monthly report against this SLA.
II. Unavailability of support services and escalation
Vendor is required to submit day wise attendance report for helpdesk,
on a monthly basis with in and out time of each helpdesk staff
Table 2: SLA matrix for support services
Component
Availability
Unavailability / non-
responsive ness
Penalty
Availability of
helpdesk
resources
(team of 5
members )
Vendor is required to
maintain a minimum of 80%
man hour presence for all
working days of the month
(32 man hours per day for 5
people assuming 8 hour shift)
and 20% man hour presence
for all non-working days of
the month (8 man hours per
day assuming 8 hours shift for
5 person)
Breach in the
minimum required
availability of
helpdesk would
attract a 1% penalty
on the quarterly
amount for helpdesk
and FMS, for each
month. FMS
operations
Replacement resource from vendor, to avoid helpdesk SLA breach, is
permitted, provided, the replacement resource is well qualified for
the role and the cumulative days of replacement resource should not
Page 14 of 42
be more than 10 man-days in a month or 10 man days at a stretch
(consecutive-days)
Escalation should result in email communication from OEM /
software licensor that ticket is raised and is worked upon.
f. Readiness to provide CAL licenses from Microsoft ToC↑
While there are currently sufficient CAL licenses to cover the
operations of email setup of SEBI, the near future requirement may
suddenly increase with newer requirements arising from user
departments. To cover such requirements, CAL licenses from M/s
Microsoft Inc. will be required, so vide this section of RFP, such
provisions are made. The bidder is required to quote for 200 (Two
Hundred) CAL licenses in the commercial bid. SEBI reserves the right
to procure these 200 CAL licenses or a part of it, at its discretion. It
may also happen that these 200 CAL licenses are not required during
the whole AMC period and may not be procured.
Bidder will make a distinct line item for these 200 CAL licenses in the
commercial bid and quoted rates will be binding on bidder if selected,
for the whole period of AMC. The quoted amount of these 200 CAL
licenses should be included in the total amount of commercial bid and
will be considered in commercial evaluation.
If SEBI procures these 200 CAL licenses or a part of it, the vendor will
raise bills for the actual procurement at the end of the quarter when
such procurement is done from SEBI at the quoted rates.
Page 15 of 42
5. Vendor Eligibility ToC↑
Following are the list of mandatory criteria that are to be fulfilled by the
vendor to bid in response to this RFP:
a. General vendor eligibility ToC↑
Criteria head
Requirement Documents / Submissions required
Bo
na
fid
e b
idd
er’
s id
en
tity
Bidding entity should be a company or group of sister companies (hereafter referred as the bidding company or bidder) registered by the Ministry of Corporate Affairs (MoCA)
Bidder is required to provide a legible copy of i its certificate of
incorporation AND
ii Its PAN details AND
iii Its GST details (from wherever it proposes to carry out billing)
as proof to qualify this eligibility criteria
Fin
anci
al w
ort
h o
f B
idd
er
The net worth of the company should be Rs. 10 Crores or more for the two financial years out of last three financial years or Rs. 10 Crores or more for three financial years out of last five financial years.
The bidder is required to submit the copies of its audited annual balance sheet of the i. 3 financial years
OR ii. 5 financial years for which, company is meeting the criteria.
Page 16 of 42
Pas
t re
leva
nt
exp
erie
nce
of
bid
der
At least two projects of similar nature in which 1. both of AMC type, with
implementation done by a different vendor. OR
2. both of Email setup implementation and management OR
3. one of AMC type with implementation from separate vendor and one of email implementation and management
In all of the above cases, the WO, PO or contract should be for a duration of 2 years or more and the total value of AMC in all WO / PO/Contract should be Rs. 25 Lakh or more. If AMC is not part of scope of work in PO, the total value of PO/WO/contract should be Rs. 50 Lakhs or more.
In all the cases documentary proof of awarding of order and proof of successful completion of projects have to be submitted.
Page 17 of 42
b. Vendor eligibility for hardware support ToC↑
Criteria head
Requirement Documents / Submissions required
Bid
der
’s c
apab
ility
to
su
pp
ort
an
d
mai
nta
in h
ard
war
e
Bo
M it
em
s
Bidding entity should demonstrate reliable proof that the hardware items will be maintained properly by the bidder, if it is selected. For this, the bidder is required to have support contracts with all OEMs of the items in the BoM.
Bidder is required to provide documentary proof that it has a MAF from least one OEM (preferably HP – the OEM of major part of H/w BoM)
c. Vendor Eligibility for software support ToC↑
Criteria head
Requirement Documents / Submissions required
Bid
der
’s c
apab
ility
to
su
pp
ort
an
d m
ain
tain
so
ftw
are
Bo
M
ite
ms
Bidding entity should demonstrate reliable proof that the hardware items will be maintained properly by the bidder, if it is selected. For this, the bidder is required to have support contracts with all Software licensors / IPR holders of the items in the BoM.
Bidder is required to provide documentary proof that it is a certified partner of at least one Software licensors / IPR holders (preferably Microsoft – the Software licensors of major part of S/w BoM)
Page 18 of 42
d. Vendor eligibility for helpdesk, FMS and SLA management ToC↑
Criteria head
Requirement Documents / Submissions required
Bid
der
’s c
apab
ility
to
su
pp
ort
an
d m
ain
tain
FM
S SL
A r
equ
ire
men
ts
Bidding entity is required to assure capability on-site services to meet the helpdesk and FMS SLA requirements
Bidder is required to provide documentary proof that bidder is having office at both Mumbai and Chennai locations to provide on-site support at both PDC and DR locations.
6. Payment Terms ToC↑
a. Billing will only start from –
i. May 01, 2019
OR
ii. Date of acceptance of AMC and Support Services
whichever is later. For Acceptance of AMC and support services, it is
required that selected bidder (hereafter known as – vendor) should
submit documentary proof of back-to-back support contracts made by
the vendor with each OEMs and Software licensors / IPR holders of
items mentioned in the BoM, on behalf of SEBI. Additionally, a PBG of
20% value of the contract should be submitted to cover damages due
to delay and non-performance.
b. Billing should be done on quarterly arrear basis. Bills should be
accompanied with SLA compliance matrix for that quarter.
Page 19 of 42
7. Deliverables ToC↑
Following deliverables have to be submitted to SEBI as part of the acceptance
process -
a. Performance Bank Guarantee (PBG) amounting to 20% base value
(without taxes) of the contract.
b. Documentary proof of back-to-back support contracts made by the
vendor with each OEMs and Software licensors / IPR holders of items
mentioned in the BoM, on behalf of SEBI. In case OEM / software
licensor has discontinued support for any item in the BoM, Vendor is
required to provide documentary proof of discontinuation of support
for each such line item. In such a case, support for such line items
should be provided by the vendor on best effort basis.
c. Escalation matrix with names of personnel, their roles, their contact
details and the timeline by which they should be contacted, in case of
any incident.
8. Two – bid tender process ToC↑
This RFP requires a response in form of two part bids - One Technical and
One Commercial.
a. Technical Bid ToC↑
The Technical bid should be sealed in a separate envelope and clearly
marked "Technical bid for Annual Maintenance Contract for Email
setup of SEBI- RFP No. SEBI/GSD/ITD/RFP/2018/12/01". The Technical
bid should be addressed to:
Page 20 of 42
GM-ITD
SECURITIES & EXCHANGE BOARD of INDIA
SEBI BHAVAN - Plot No C4 A, 'G' Block
BANDRA-KURLA COMPLEX, BANDRA(E)
MUMBAI- 400051
The technical bid envelope should contain:
i. All submissions except any price related information of any of
the deliverables of the bid. Refer Annexure C – Checklist for
Technical Bid
ii. The technical bid envelope should contain the Earnest money
deposit Bank draft / banker's cheque on top, along with a
cover letter on company letter head that details the single
point of contact (email id, phone and fax number) of the
bidding company for all communications related to this RFP
and the evaluation process.
iii. The technical bid envelope should be sealed with bidder
company's official stamp and seal at all seams, signed by an
authorized signatory of the company.
iv. The envelope should be dated with the submission date of the
two-part bid. The envelope should clearly show the bidding
company's name and logo. All pages of the technical bid
should be initialed and stamped by the authorized signatory
of the bidding company.
v. Two more separate envelopes marked "Technical Bids for
Annual Maintenance Contract and IT Services - COPIES - RFP
No. SEBI/GSD/ITD/RFP/2018/12/01" that contains the
photocopies of all contents of the technical bid envelope
should be provided. These envelopes should be sealed in the
same manner as Technical bid envelope.
vi. Masked commercial bid
Page 21 of 42
b. Commercial bid ToC↑
The Commercial bid should be enclosed in a separate envelope that
should be marked "Commercial bid for Annual Maintenance Contract
and IT Services - RFP No. SEBI/GSD/ITD/RFP/2018/12/01".
Following may be noted and adhered to while submitting the
commercial bid:
i. The commercial bid should contain itemized list of deliverables
with unit price for one year and total price of the item for one
years, preferably in the format mentioned in Section 16 of this
RFP.
ii. The total price of the bid for services for a period of one year
should be clearly written in figure and words.
iii. All pages of the commercial bid should be on the bidding
company letterhead, duly stamped with the bidding company
seal, and signed on all pages with date by an authorized
signatory of the bidding company.
iv. The commercial bid envelope should be sealed with bidder
company's official stamp and seal at all seams, signed by an
authorized signatory of the company. The envelope should be
dated with the submission date of the two-part bid.
v. The envelope should clearly show the bidding company's name
and logo. NO ADDITIONAL COPIES OF THE COMMERCIAL BIDS
SHOULD BE SUBMITTED.
9. Terms and conditions of responding to this RFP ToC↑
a. Clarifications to the RFP: The Bidder shall carefully examine and
understand the existing enterprise mail and messaging setup of
SEBI to ensure that they have understood all
Page 22 of 42
specifications/conditions of RFP. Written requests
understanding the existing setup may be submitted to SEBI
before 10 days from last date of response submission, to the
email id - [email protected] along with the bidder
credentials/profile as given in eligibility criteria. The Bidder’s Bid
should not carry any sections like clarifications, 'as orally told',
‘to be discussed’, interpretations and assumptions. With the
submission of the Bid, the Bidder acknowledges that he/she has
carefully studied and understood the RFP in complete.
b. Bogus or misleading information submitted in the bid: If any
information provided as part of the bid submission is bogus or
identified as misleading, SEBI reserves the right to disqualify the
bids of the bidding company. In that case, the Earnest Money
Deposit submitted by the bidder may not be returned.
c. Bids that do not contain Earnest Money Deposit: Technical bids
that do not contain the earnest money deposit in form of Bank
draft or Banker's Cheque of Rs.1,00,000/- (Rupees One Lakh
Only) payable to "SECURITIES AND EXCHANGE BOARD of
INDIA"; will be summarily rejected.
d. Resolution of disparity in quoted prices in the bid: If the
itemized prices in the commercial bid do not add up to the total
price of the bid, the total price of the bid will only be considered
for commercial bid evaluation and the lesser of the itemized
price total and the mentioned total will only be the payable
price for SEBI. In case there is a disparity in the total price
mentioned in figure and in words, the price mentioned in words
will only be used for evaluation and the lower of the total price
mentioned in figures and that mentioned in words will be
payable by SEBI.
Page 23 of 42
e. If the best bidder refuses to accept the contract: In case the
selected bidder refuses to accept the contract, the full earnest
money deposit of that bidder will be deemed non-refundable.
f. Quality of service: Bona fide service providers will be engaged
to provide services mentioned in the contract. The period of
contract for such services will be ONE year.
g. In case the final price in the commercial bid is not clearly
mentioned: In case the final price in the commercial bid is not
clearly mentioned for a total of one year, or the prices are
subjected to terms and conditions that may change the price
value of the contract, then the commercial bid will be rejected.
h. Incomplete Technical or Commercial bids: Incomplete Technical
or Commercial bids will be summarily rejected and the earnest
money deposit will not be returned. A bid will be considered
incomplete if any of the documents mentioned for submission
as part of the technical or commercial bid is not available in the
submitted envelope. In case, such a submission is in form of a
declaration on company letter-head, it may be noted that for
each declaration that the bidding company has to submit as part
of the bid, separate letters may be prepared and submitted. It
is advised that each letter contain due reference to pertinent
sections of the RFP, for which the letter is provided.
i. Prices: All prices mentioned in the commercial bids should be in
Indian Rupees (INR). Taxes will be payable extra as actuals.
j. In case equipment (Software/Hardware) goes out of
warranty/support: In case equipment (Software/Hardware)
goes out of warranty/support and gets upgraded during the
contract period, vendor is expected to provide support for the
equipment on best effort basis at no additional cost to SEBI.
Page 24 of 42
k. Additional On-site resources: Service provider must be able to
provide additional on-site engineers, at the price quoted, during
the contract term, in case SEBI desires so.
l. Bidder should not be a black-listed entity: The Bidder should not
have been debarred/ blacklisted for corrupt and fraudulent
practices by the Govt. of India / State Governments / Regulatory
Agencies / PSU/other institutions.
m. Reduction of line-items from BoM: SEBI reserves the right to
remove line items from the BoM or AMC support. Accordingly
the cost incurred due to the reduced BoM will only be payable
by SEBI.
10. Earnest Money Deposit ToC↑
Bidder is required to submit an Earnest Money Deposit in the form of a
demand draft / banker's cheque of Rs.1,00,000/- (Rupees One Lakh Only),
payable to "Securities And Exchange Board of India" with a validity of at
least 3 months from the date of submission of the bid. EMD will be used for
covering damages under the following conditions:
a. If the selected bidder fails to provide the services, either by not
entering into contract with SEBI or otherwise,
b. If the selected bidder has not submitted PBG of the required value.
SEBI reserves the right to deduct liquidated damages /penalty incurred due
to non-availability of service, from EMD amount of the selected bidder.
EMD amounts of bidders who are not selected in the selection process, will
be returned to those bidders shortly after the declaration of selected bidder.
Page 25 of 42
11. Important dates ToC↑
Following timelines have been set for the tender process:
S/N Milestones Date of Completion
1. Request for Proposal (RFP) release date 07 December 2018
2. Last date for bidder to request visit of
technical representative 04 January 2019
3. Last date for submission of response to
RFP (tender closure)
15 January 2019
3:00 PM
4. Opening of technical bids 15 January 2019
4:00 PM
5.
Finalization of technical evaluation and
declaration of technically qualified
bidder
31 January 2019
6. Commercial bid opening and declaration
of successful bidder 08 February 2019
12. Bid evaluation process ToC↑
Response to this RFP would be evaluated in two phases. Initially technical
bids will be opened and evaluated. Those bidders who satisfy the technical
requirements of the solution, as per the requirements/specifications and
the terms and conditions of this RFP, shall be short-listed. Commercial bids
shall be opened only for the short-listed bidders who have qualified in the
technical bid.
a. Technical Evaluation ToC↑
The proposals will be technically evaluated using a evaluation grid
based on various components. Each response to the RFP from each
bidder will be validated against the RFP requirements. The decision of
SEBI will be final and binding upon all bidders in this case. The scoring
process will be based on following components:
Page 26 of 42
S.No. Criteria Condition
1. Valid identity documents (Cert. of
registration, PAN and GST)
All 3 documents are
mandatory
2.
Financial worth of Bidder Mandatory to fulfill any
1 condition out of 2 as
per section 5.a above
3.
Past relevant experience of bidder Mandatory to fulfill any
1 condition out of 3 as
per section 5.a above
4.
Bidder’s capability to support and
maintain hardware BoM items
Mandatory to provide
MAF from one OEM
(preferable HP – the
OEM for major part of
H/w BoM)
5.
Bidder’s capability to support and
maintain software BoM items
Mandatory to provide
partnership certificate
from Software licensors
/ IPR holders (preferably
Microsoft Gold partners)
6.
Bidder’s capability to support and
maintain FMS SLA requirements
Mandatory to provide
documentary evidence
that the bidder is having
offices in Mumbai and
Chennai
Only the bidders who fulfill all the above conditions will be considered
technically qualified and considered for commercial evaluation.
The bidder shall provide along with the technical proposal a copy of
masked price bid so as to enable SEBI to understand the line items
included in the proposal.
Page 27 of 42
b. Commercial Evaluation ToC↑
The shortlisted bidder whose commercial bid quotes the least total
cost of the contract for a period of one year, will be deemed winner of
the bid. Please refer to terms and conditions of the RFP for details
(Refer Section 9).
Page 28 of 42
13. Annexure A – Hardware and software Bill of material ToC↑
Primary Data Center - Hardware Sr. No
Sub no.
Items Head Classifications Descriptions Qty
1 Hardware components
1.1
Server AD (messaging server ,Directory servers and etc components)
Processor Proposed Processor Expandable up to Memory Proposed Memory Expandable upto Load balancing Active-active Load balancing Licensing OS TPC-H Ratings
HP DL380G7 2 CPU 2 CPU 4 GB 192 GB Y Y Windows/Linux 73,974 QphH
2
1.2
Exchange Messaging Server
Processor Proposed Processor Expandable up to Memory Proposed Memory Expandable upto Load balancing Active-active Load balancing Licensing OS TPC-H Ratings
HP DL380G7 2 CPU 2 CPU 40 GB 192 GB y y Windows/Linux 73,974 QphH
2
1.3
OCS Server
Processor Proposed Processor Expandable up to Memory Proposed Memory Expandable upto Load balancing Active-active Load balancing Licensing OS TPC-H Ratings
HP DL380G7 2 CPU 2 CPU 8 GB 192 GB Y Y Windows/Linux 73,974 QphH
2
1.4
TMG/External DNS Server
Processor Proposed Processor Expandable up to Memory Proposed Memory Expandable upto Load balancing Active-active Load balancing Licensing OS TPC-H Ratings
HP DL380G7 2 CPU 2 CPU 8 GB 192 GB Y Y Windows/Linux 73,974 QphH
2
1.5
SQL Server
Processor Proposed Processor Expandable up to Memory Proposed Memory Expandable upto Load balancing Active-active Load balancing Licensing OS TPC-H Ratings
HP DL380G7 2 CPU 2 CPU 8 GB 192 GB Y Y Windows/Linux 73,974 QphH
1
Page 29 of 42
1.6
Server Backup Server
Processor Proposed Processor Expandable up to Memory Proposed Memory Expandable upto Load balancing Active-active Load balancing Licensing OS TPC-H Ratings
HP DL380G7 2 CPU 2 CPU 16 GB 192 GB Y Y Windows/Linux 73,974 QphH
3
1.7
Server
Processor Proposed Processor Expandable up to Memory Proposed Memory Expandable Load balancing Active Cluster Licensing Concurrent User Expandable to OS
HP DL380G7 2 CPU 2 CPU 8 GB 192 GB N N Windows/Linux 73,974 QphH
3
1.8
Server for Application
Processor Proposed Processor Expandable up to Memory Proposed Memory Expandable upto Load balancing Active-active Load balancing Licensing TPC-H Ratings
HP DL 580 G7 2 CPU 4 CPU 8 GB 1TB N N 121345 QphH
2
1.9
Server for Application
Processor Proposed Processor Expandable up to Memory Proposed Memory Expandable upto Load balancing Active-active Load balancing Licensing TPC-H Ratings Hard disk network card
HP DL 580 G7 2 CPU 4 CPU 8 GB 1TB N N 121345 QphH 3 x 146GB Dual network card
2
1.10
Server for Portal application
Processor Proposed Processor Expandable up to Memory Proposed Memory Expandable upto Load balancing Active-active Load balancing hard disk OS Others
HP Integrity Blade server 860i2 Itaniam 1.46 GHz (boot frequency) quadcore CPU 96 GB (DDR3-1333 Mhz) 2x300 GB SAS HDD hp unix 11i v3 operating system 4 port onboard Gigabit ethernet port 1 RAID controller Card 2 dual port 8GB/s FC HBA
2
Page 30 of 42
2 Storage, backup and archival solutions
2.1
Server
Usable Disk Space Total Storage Capacity usable Fiber channel – Disk Type No. of Disks Raid Type Disk Array
EVA 6400 5TB 5TB 5TB 600GB FC Raid 5 FC
1
2.2
SAN switch
no of SAN switches No of ports in each switch Ports expandable upto
2 Nos 24Ports 24 ports
2
2.3
Backup device
2 X LTO Gen 5 FC Drive (with fully loaded tapes/catridges) 2 x 15 Mtrs LC-LC FC Cable
HP MSL 4048 FC Interface Tape Library
1
3 Security Solution
3.1 Symantec Brightmail 8380 Appliance Symantec Brightmail 8380 Appliance Support
2
3.2 IPS/Firewall UTM Fortinet, 200B 2
4 Networking and Racks Solution
4.1 Router HP MSR 50-40 2
4.2 Switches(Layer 3) HP A5800-48G 4
4.3 WAN optimization devices Riverbed Steelhead 2050 2
4.4 Racks (Perforated, double door, Black color, Power sockets with sufficient redundancy
HP 4
4.5
IP KVM (Switch, TFT monitor etc)
HP 2 x 1E x 16 KVM IP console switch G2 : AF621A 1 Nos PS2/USB Virtual media Adapter :AF624A 25 Nos 263474-B23 KVM UTP CAT5e Cable 12' 8 pack : 2 Nos AZ884A HP TFT7600 RKM INTL 1 Nos
2
4.6 Load Balancers Array APV 1600 2
4.7 Link load balancer Array 1600 2
4.8 Additional Router HP MSR 50-40 1
4.9 Additional Switches HP A5800-48G 2
4.10 Switches (Layer 3) HP A5800-48G 1
Page 31 of 42
4.11
IP KVM
HP 2 x 1E x 16 KVM IP console switch G2 : AF621A 1 Nos PS2/USB Virtual media Adapter :AF624A 25 Nos 263474-B23 KVM UTP CAT5e Cable 12' 8 pack : 2 Nos AZ884A HP TFT7600 RKM INTL 1 Nos
1
Primary Data Center - Software Sr. No
Sub no.
Items Head Classifications Descriptions Qty
1 Software components
1.1 Mail and Messaging system ( Email, Calendar, contacts, mobile access, IM, audio, video, web, conferencing)
Exchange Server 2010 Ent 4
1.2 Email, calendar, contacts Exchange CALs 2010 Std 1000
1.3 Mobile collaboration(support for push mail, mail/calendar/contacts synchronization with mobiles)
MS Outlook 2010 1000
1.4 Microsoft Threat Management Gateway 2010 MS TMG licenses 2
1.5 Microsoft SQL Server 2008 Microsoft SQL Server 2008 R2 Std
2
1.6 Windows Server 2008 Windows Server 2008 R2 12
1.7 Windows Client Access licenses Windows CALs 200
1.8 Windows Software assurance Windows S/w assurance license
1000
1.9 Performance monitoring and tuning tool HP NNMi HP NNMi 50
1.10 HP Performance monitoring and tuning tool and modules HP Sitescope with exchange & AD template
500
1.11 HP Reporting software required for various reports( Email log , ant spam/antivirus, and etc)
HP Service Manager 5
1.12 GFI Archival software GFI archival software 1000
1.13
Backup software
Name of the software Os supported support for online backup of databases other specifications
Netbackup7 Windows/linux 1
1
1.14 Symantec Brightmail Gateway Content Encryption 9.0 Symantec Brightmail Gateway Content Encryption 9.0 – 1 year support
1
1.15 Symantec Protection Suite EE 3.0 BNDL Promo Symantec Protection Suite EE 3.0 BNDL Promo – 1 year support
1465
Page 32 of 42
Disaster Recovery Data Center - Hardware 1 Hardware components
1.1
Server (messaging server ,Directory servers and etc components)
Processor Proposed Processor Expandable up to Memory Proposed Memory Expandable upto Load balancing Active-active Load balancing Licensing OS TPC-H Ratings
HP DL380G7 2 CPU 2 CPU 4 GB 192 GB Y Y Windows/Linux 73,974 QphH
2
1.2
Server Exchange Messaging Server
Processor Proposed Processor Expandable up to Memory Proposed Memory Expandable upto Load balancing Active-active Load balancing Licensing OS TPC-H Ratings
HP DL380G7 2 CPU 2 CPU 40 GB 192 GB Y N Windows/Linux 73,974 QphH
2
1.3
Server OCS Server
Processor Proposed Processor Expandable up to Memory Proposed Memory Expandable upto Load balancing Active-active Load balancing Licensing OS TPC-H Ratings
HP DL380G7 2 CPU 2 CPU 8 GB 192 GB Y Y Windows/Linux 73,974 QphH
2
1.4
Server TMG/External DNS Server
Processor Proposed Processor Expandable up to Memory Proposed Memory Expandable upto Load balancing Active-active Load balancing Licensing OS TPC-H Ratings
HP DL380G7 2 CPU 2 CPU 8 GB 192 GB N N Windows/Linux 73,974 QphH
2
Page 33 of 42
1.5
Server SQL Server
Processor Proposed Processor Expandable up to Memory Proposed Memory Expandable upto Load balancing Active-active Load balancing Licensing OS TPC-H Ratings
HP DL380G7 2 CPU 2 CPU 8 GB 192 GB N N Windows/Linux 73,974 QphH
1
1.6
Server for portal application
Processor Proposed Processor Expandable up to Memory Proposed Memory Expandable upto Load balancing Active-active Load balancing hard disk OS Others
HP Integrity Blade server 860i2 Itaniam 1.46 GHz (boot frequency) quadcore CPU 96 GB (DDR3-1333 Mhz) 2x300 GB SAS HDD hp unix 11i v3 operating system 4 port onboard Gigabit ethernet port 1 RAID controller Card 2 dual port 8GB/s FC HBA
1
2 Storage, backup and archival solutions
2.1
Storage server
Usable Disk Space Total Storage Capacity usable Fiber channel – Disk Type No. of Disks Raid Type Disk Array Storage Scalable up to (usable 50TB) 50TB on the day of implementation Agents for EMC Networker backup software)
EVA 6400 5TB 5TB 5TB FC Raid 5 FC Y N
1
2.2
SAN switch
no of SAN switches No of ports in each switch Ports expandable upto other specifications of SAN switch
Y 1 Nos 24Ports 24 ports
1
2.3
Backup device
1 X LTO Gen 5 FC Drive(with fully loaded tapes/catridges) 1 x 15 Mtrs LC-LC FC Cable
HP MSL 2024 FC Interface Tape Library
1
3 Security Solution
3.1 Symantec Brightmail 8380 Appliance Symantec Brightmail 8380 1
3.2 IPS/Firewall UTM Fortinet, 200B 2
4 Networking and Racks Solution
4.1 Router HP MSR 50-40 1
4.2 Switches (Layer 3) HP A5800-48G 4
4.3 WAN optimization devices Riverbed Steelhead 1050 1
Page 34 of 42
4.5 Racks (Perforated, double door, Black color, Power sockets with sufficient redundancy
HP 2
4.5
IP KVM
HP 2 x 1E x 16 KVM IP console switch G2 : AF621A 1 Nos AZ884A HP TFT7600 RKM INTL 1 Nos 263474-B23 KVM UTP CAT5e Cable 12' 8 pack : 2 Nos
2
4.6 other Network Equipment Array APV 1600 1
Disaster Recovery Data Center - Software 1 Software Components
1.1 Mail and Messaging system ( Email, Calendar ,contacts, mobile access, IM, audio, video, web, conferencing)
Exchange Server 2010 Ent 2
1.2 Microsoft Threat Management Gateway 2010 MS TMG License 1
1.3 Microsoft SQL Server 2008 Microsoft SQL Server 2008 R2 Std
1
1.4 Windows Server 2008 Windows Server 2008 R2 7
Page 35 of 42
14. Annexure B – Checklist for Technical bid ToC↑
S.No. Criteria Remark
1.
Earnest Money Deposit along with Cover Letter DD or Bankers
Cheque valid for
3 months
2. Copy of Certificate of registration
The copy should
be attested by
authorized
signatory and
stamped
3. Copy of Permanent Account Number (PAN)
Document
4. Copy of Goods and Services Tax Registration
Document
5. Documents proving Financial worth of Bidder
to fulfill requirements in Section 5.a
6. Documents providing Past relevant experience
of bidder to fulfill requirements in Section 5.a
7.
MAF from OEM of majority of hardware items
in BoM
8. Proof of being Gold partner of Licensor of
majority of software items in BoM
9. Address proof of Bidder having office in
Mumbai
The copy should
be attested /
signed by
authorized
signatory and
stamped
10. Address proof of Bidder having office in
Chennai
11. Statement of understanding
12. Masked commercial bid (No price information)
Page 36 of 42
15. Annexure C – Format for Technical bid cover form ToC↑
To,
GM-ITD
SECURITIES & EXCHANGE BOARD of INDIA
SEBI BHAVAN - Plot No C4 A, 'G' Block;
BANDRA-KURLA COMPLEX, BANDRA(E)
MUMBAI- 400051.
Dear Sir;
As per the requirements of RFP no. SEBI/ITD/RFP/2018/12/01, we have
compiled the technical response to the RFP and the verification of the same is
done vide checklist below:
S.No. Criteria Verified Document
Provided
and fulfilling
requirement
(Yes / No)
Section /
flag at
which the
document
is provided
1.
Earnest Money Deposit along
with Cover Letter
DD or
Bankers
Cheque
valid for 3
months
2.
Copy of Certificate of
registration The copy
should be
attested by
authorized
signatory
3. Copy of Permanent Account
Number (PAN) Document
4. Copy of Goods and Services Tax
Registration Document
Page 37 of 42
5.
Documents proving Financial
worth of Bidder to fulfill
requirements in Section 5.a
and
stamped
6.
Documents providing Past
relevant experience of bidder
to fulfill requirements in
Section 5.a
7.
MAF from OEM of majority of
hardware items in BoM
8.
Proof of being Gold partner of
Licensor of majority of software
items in BoM
9. Address proof of Bidder having
office in Mumbai
The copy
should be
attested /
signed by
authorized
signatory
and
stamped
10. Address proof of Bidder having
office in Chennai
11.
Statement of understanding
12. Masked Commercial bid
I confirm that I have personally verified the above and it is complete to the
best of my knowledge.
I further certify that our organization / company is not a black listed entity.
Sign : ______________________________
Name of Authorized signatory:
(place for company seal)
Designation: Place:
Date:
Page 38 of 42
16. Annexure D – Format for Commercial bid ToC↑
Sr. No
Sub no.
Items Head Classifications Descriptions Qty (A)
Unit price Rs. (B)
Total Price for
1 year Rs. (C = A*B)
Primary Data Center - HW
1 Hardware components
1.1 Support AMC for Server HP DL380G7 15
1.2 Support AMC for Server HP DL380G7 7
1.3
Support AMC for Server for Portal application HP Integrity Blade server 860i2
2
2 Storage, backup and archival solutions
2.1 Support AMC for Server EVA 6400 1
2.2 Support AMC for SAN switch 24 ports 2
2.3 Support AMC for Backup device HP MSL 4048 FC 1
3 Security Solution
3.1 Support AMC for Symantec Brightmail 8380
Appliance
Symantec Brightmail 8380 Appliance Support
2
3.2 Support AMC for IPS/Firewall UTM Fortinet, 200B 2
4 Networking and Racks Solution
4.1 Support AMC for Router HP MSR 50-40 2
4.2 Support AMC for Switches(Layer 3) HP A5800-48G 4
4.3 Support AMC for WAN optimization devices Riverbed Steelhead 2050
2
4.4
Support AMC for IP KVM (Switch, TFT monitor
etc)
HP 2 x 1E x 16 KVM IP console switch
2
4.5 Support AMC for Load Balancers Array APV 1600 2
4.6 Support AMC for Link load balancer Array 1600 2
4.7 Support AMC for Additional Router HP MSR 50-40 1
4.8 Support AMC for Switches (Layer 3) HP A5800-48G 3
4.9
Support AMC for HP IP KVM
HP 2 x 1E x 16 KVM IP console switch
1
Primary Data Center – HW Sub Total 1
Disaster Recovery Data Center-HW 5 Hardware components
5.1 Support AMC for Server HP DL380G7 9
5.2 Support AMC for Server HP Integrity Blade server 860i2
1
6 Storage, backup and archival solutions
6.1 Support AMC for Storage server EVA 6400 1
Page 39 of 42
6.2 Support AMC for HP SAN switch 24Ports 1
6.3 Backup device HP MSL 2024 FC Interface Tape Library
1
7 Security Solution
7.1 Symantec Brightmail 8380 Appliance Symantec Brightmail 8380
1
7.2 IPS/Firewall UTM Fortinet, 200B 2
8 Networking and Racks Solution
8.1 Router HP MSR 50-40 1
8.2 Switches (Layer 3) HP A5800-48G 4
8.3 WAN optimization devices Riverbed Steelhead 1050
1
8.5 Racks (Perforated, double door, Black color, Power sockets with sufficient redundancy
HP 2
8.5 IP KVM HP 2 x 1E x 16 KVM IP console switch
2
8.6 other Network Equipment Array APV 1600 1
Disaster Recovery Data Center – HW Sub Total 2
Primary Data Center - SW 9 Software components
9.1 MS Exchange Server 2010 Exchange Server 2010 Ent
4
9.2 Email, calendar, contacts Exchange CALs 2010 Std
1000
9.3 Mobile collaboration support MS Outlook 2010 1000
9.4 Microsoft Threat Management Gateway 2010 MS TMG licenses 2
9.5 Microsoft SQL Server 2008 Microsoft SQL Server 2008 R2 Std
2
9.6 Windows Server 2008 Windows Server 2008 R2
12
9.7 Windows Client Access licenses Windows CALs 200
9.8 Windows Software assurance Windows S/w assurance license
1000
9.9 Performance monitoring and tuning tool HP NNMi
HP NNMi 50
9.10 HP Performance monitoring and tuning tool and modules
HP Sitescope with exchange & AD template
500
9.11 HP Reporting software HP Service Manager
5
9.12 GFI Archival software GFI archival software
1000
9.13 Backup software
Netbackup7 Windows/linux 1
1
Page 40 of 42
9.14 Symantec Brightmail Gateway Content Encryption 9.0
Symantec Brightmail Gateway Content Encryption 9.0 – 1 year support
1
9.15 Symantec Protection Suite EE 3.0 BNDL Promo
Symantec Protection Suite EE 3.0 BNDL Promo – 1 year support
1465
Primary Data Center – SW Sub Total 3
Disaster Recovery Data Center - SW 10 Software Components
10.1 Mail and Messaging system ( Email, Calendar ,contacts, mobile access, IM, audio, video, web, conferencing)
Exchange Server 2010 Ent
2
10.2 Microsoft Threat Management Gateway 2010 MS TMG License 1
10.3 Microsoft SQL Server 2008 Microsoft SQL Server 2008 R2 Std
1
10.4 Windows Server 2008 Windows Server 2008 R2
7
Disaster Recovery Data Center – SW Sub Total 4
Additional Services
11 Support services
11.1 Windows Client Access licenses Windows CALs 200
11.2 Facilities management (PDC and DR) services and Helpdesk as per annexure E (PDC)
FMS and Helpdesk
12 month
Support services Sub Total 5
GRAND TOTAL (1+2+3+4+5)
Total cost of AMC for 1 (one) year is Rupees ______________________________
__________________________________________________ Only.
Taxes will be payable extra, as actuals.
Page 41 of 42
17. Annexure E – Help Desk qualified resources ToC↑
S/N Resource person
Prescribed qualification Remarks
1 Resource Person 1
Designing and Deploying Microsoft Exchange Server 2016 – certification qualified (this exam is part of MCSE and MCP requirement
Waiver will be granted if resource has experience of more than 3 years in management of exchange server
2 Resource Person 2
3 Resource Person 3
Designing and Deploying Microsoft Exchange Server 2016 – certification qualified (this exam is part of MCSE and MCP requirement OR CCNA in Routing and Switching
Waiver will be granted if resource has experience of more than 3 years in management of exchange server or routers / firewalls
4 Resource Person 4
CCNA in Routing and Switching Waiver will be granted if resource has experience of more than 3 years in management of routers / firewalls
5 Resource Person 5
CCNA in Routing and Switching
Page 42 of 42
18. Annexure F – Format of Statement of understanding ToC↑
To GM-ITD SECURITIES & EXCHANGE BOARD of INDIA SEBI BHAVAN - Plot No C4 A, 'G' Block BANDRA-KURLA COMPLEX, BANDRA(E) MUMBAI- 400051
Numbered:___________
Subject: Declaration of Understanding of Scope of work of RFP no.
SEBI/GSD/ITD/RFP/2018/12/01and confirmation to adhere to terms of the
said RFP.
Dear Sir;
We, M/s _____________________________, have clearly understood the
Enterprise mail and messaging setup of SEBI and the scope of work of RFP
no. SEBI/GSD/ITD/RFP/2018/12/01 and find ourselves eligible to bid in
response to the said RFP.
We further confirm that we accept the terms and conditions of the said
RFP and abide by it.
Regards
Sign : ______________________________
Name of Authorized signatory:
(place for company seal)
Designation:
Place:
Date: