127
Himachal Pradesh Board of School Education, Dharamshala Government of Himachal Pradesh Vol II – General and Commercial Specifications Society for Promotion of Information Technology and e- Governance 24, SDA Complex, Kasumpti Shimla-171009 Plot No. 480-481, Phase III, Udyog Vihar Gurgaon, Haryana Wipro Consulting Services

Himachal Pradesh Board of School Education, Dharamshalahimachaldit.gov.in/file.axd?file=2012/8/HPBSE+RFP+Vol+II.pdf · Himachal Pradesh Board of School Education, Dharamshala Government

  • Upload
    vudung

  • View
    217

  • Download
    0

Embed Size (px)

Citation preview

Himachal Pradesh Board of School Education, Dharamshala

Government of Himachal Pradesh

Vol II – General and Commercial Specifications

Society for Promotion of Information Technology and e-Governance

24, SDA Complex, Kasumpti Shimla-171009

Plot No. 480-481,

Phase III, Udyog Vihar Gurgaon, Haryana

Wipro Consulting Services

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 2

1 RFP PROCESS .......................................................................................................... 6

1.1 COST OF TENDER DOCUMENTS ............................................................................... 6

1.2 CONTENT OF RFP DOCUMENTS .............................................................................. 6

1.3 KEY ACTIVITIES AND DATES .................................................................................... 7

1.4 CLARIFICATION OF RFP DOCUMENTS ...................................................................... 7

1.5 PRE-BID MEETING .................................................................................................. 8

1.6 PROPOSAL PREPARATION COST .............................................................................. 8

1.7 SITEG’S RIGHT TO TERMINATE ............................................................................... 9

1.8 VENUE AND DEADLINE FOR SUBMISSION OF PROPOSAL ............................................ 9

1.9 LATE BIDS .............................................................................................................. 9

1.10 BID OPENING .................................................................................................... 10

1.11 ELIGIBILITY CRITERIA ......................................................................................... 10

2 PROPOSAL INSTRUCTIONS AND CONDITIONS ................................................... 14

2.1 BID SUBMISSION FORMAT ..................................................................................... 14

2.2 DOCUMENTS COMPRISING THE PROPOSAL ............................................................. 14

2.3 TECHNICAL PROPOSAL FORMAT ............................................................................ 15

2.4 COMMERCIAL PROPOSAL FORMAT ......................................................................... 16

2.5 AMENDMENT OF REQUEST OF PROPOSAL .............................................................. 17

2.6 MODIFICATION, SUBSTITUTION AND WITHDRAWAL OF PROPOSAL ............................ 17

2.7 LANGUAGE OF PROPOSAL ..................................................................................... 17

2.8 CURRENCY OF PROPOSAL AND PAYMENT .............................................................. 17

2.9 BID VALUE ........................................................................................................... 18

2.10 PERIOD OF VALIDITY OF PROPOSALS .................................................................. 18

2.11 EARNEST MONEY DEPOSIT (EMD) ..................................................................... 18

2.12 FORFEITURE OF EMD ........................................................................................ 18

3 PROPOSAL EVALUATION ...................................................................................... 20

3.1 PROPOSAL OPENING ............................................................................................ 20

3.2 CLARIFICATION OF PROPOSALS ............................................................................. 20

3.3 INITIAL DETERMINATION OF COMPLIANCE WITH RFP REQUIREMENTS ...................... 20

3.4 CORRECTION OF ERRORS ..................................................................................... 20

3.5 SITE VISIT BY SITEG ............................................................................................ 21

3.6 EVALUATION PROCEDURE AND CRITERIA ............................................................... 21

3.6.1 Evaluation of Technical Bids ............................................................................. 21

3.6.2 Evaluation of Commercial Bid ........................................................................... 22

TABLE OF CONTENTS

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 3

3.6.3 Final Evaluation .............................................................................................. 22

3.6.4 Negotiations, Contract Finalization and Award ................................................... 22

4 AWARD OF CONTRACT.......................................................................................... 23

4.1 AWARD CRITERIA ................................................................................................. 23

4.2 SITEG’S RIGHT TO ACCEPT OR REJECT ANY OR ALL PROPOSALS ........................... 23

4.3 PURCHASER’S RIGHT TO VARY THE QUANTITY ......................................................... 23

4.4 NOTIFICATION OF AWARD ...................................................................................... 23

4.5 SIGNING OF CONTRACT......................................................................................... 24

4.6 PERFORMANCE SECURITY DEPOSIT ....................................................................... 24

4.7 MAINTENANCE AND SUPPORT DURING CONTRACT PERIOD ..................................... 25

4.8 CHANGE ORDERS ................................................................................................. 25

4.9 PENALTY AND LIQUIDATED DAMAGES ..................................................................... 26

4.10 INDEMNITY ........................................................................................................ 27

4.11 FAILURE TO AGREE WITH TERMS AND CONDITIONS OF THE RFP ......................... 27

5 PAYMENT SCHEDULE ............................................................................................ 28

6 IMPLEMENTATION VENDOR APPOINTMENT CONDITIONS ................................ 29

6.1 CONDITIONS OF APPOINTMENT .............................................................................. 29

6.2 INTELLECTUAL PROPERTY RIGHTS ......................................................................... 29

6.3 TERMINATION OF CONTRACT WITH HPBSE IMPLEMENTATION VENDOR .................... 30

6.4 TRANSFER OF ASSETS AND SYSTEM MANAGEMENT AND KNOWLEDGE BASE .............. 30

6.5 PROCESS FOR TRANSFER OF ASSETS IN CASE OF END OF TENURE ........................... 31

6.6 RESOLUTION OF DISPUTES.................................................................................... 31

7 SERVICE LEVEL AGREEMENT .............................................................................. 33

ANNEXURE I TECHNICAL PROPOSAL LETTER ...................................................... 43

ANNEXURE II COMMERCIAL PROPOSAL LETTER ................................................. 45

ANNEXURE III BILL OF MATERIAL ............................................................................ 47

ANNEXURE IV TECHNICAL EVALUATION CRITERIA ............................................... 50

ANNEXURE V FORMAT FOR SUBMISSION OF RESUME ......................................... 54

ANNEXURE VI FORMAT FOR PROVIDING CITATIONS ............................................ 55

ANNEXURE VII FORMAT FOR STATEMENT OF DEVIATION(S) ............................... 56

ANNEXURE VIII REQUEST FOR CLARIFICATIONS .................................................. 57

ANNEXURE IX FORMATS FOR COMMERCIAL QUOTATIONS ................................. 58

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 4

ANNEXURE X DECLARATION REGARDING ACCEPTANCE OF ALL TERMS AND CONDITIONS MENTIONED IN TENDER ........................................................................ 61

ANNEXURE XI DECLARATION REGARDING PAST TRACK RECORD .................... 62

ANNEXURE XII MARKS DISTRIBUTION AND EVALUATION OF MANPOWER ........ 63

ANNEXURE XIII INDICATIVE SPECIFICATIONS ........................................................ 72

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 5

Acronyms Used in this Document

Abbreviation Term AMC Annual Maintenance Cost

BOM Bill of Material

CAPEX Capital Expenditure

CV Curriculum Vitae

DD Demand Draft

EMD Earnest Money Deposit

EOI Expression of Interest

GBPS Gigabits per second

HPBSE Himachal Pradesh Board of School Education

H/W Hardware

INR Indian National Rupees

ISO International Organization for Standardization

ITSM IT Service Management

KBPS Kilo bits per second

LAN Local Area Network

MBPS Mega bits per second

MRP Maximum Retail Price

OPEX Operational Expenditure

PBG Performance Bank Guarantee

RFP Request For Proposal

S/W Software

SITEG Society for Promotion of Information Technology & E-Governance

SLA Service Level Agreement

SMS Short Service Messaging

SPC Special Purpose Company

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 6

1 R F P P R O C E S S

1.1 COST OF TENDER DOCUMENTS

The Tender document is available for sale to vendors against payment of Rs 10,000 (Rupees Ten

Thousand Only) by demand draft drawn in favor of “Member Secretary (EC), SITEG cum Directory

IT,” payable at Shimla. Bidders can also download the tender document from website of

Department of Information Technology, Himachal Pradesh (www.himachaldit.gov.in). Tender

Document is not transferable to any other bidder.

1.2 CONTENT OF RFP DOCUMENTS

The RFP document is as stated below, and should be read in conjunction with any Addenda issued

in accordance with clause 2.5 (Amendment of RFP Documents) of this Volume and proceedings of

Pre-Bid Meeting issued in accordance with clause 1.5 (Pre-Bid Meeting):

RFP Volume I: Functional & Technical Specifications

Part I of RFP intends to bring out all the details with respect to solution and other requirements

that HPBSE deems necessary to share with the potential bidders. The information set out in this

volume has been broadly categorized as Technical and Functional covering multiple aspects of the

requirements.

RFP Volume II: General & Commercial Specifications

The Bidder is expected to examine all instructions, forms, terms, Board’s requirements and other

information in the RFP documents. Failure to furnish all information required by the RFP

documents or submission of a proposal not substantially responsive to the RFP documents in any

aspect would be at the Bidder’s risk and may result in rejection of its proposal.

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 7

1.3 KEY ACTIVITIES AND DATES

The schedule of key activities for the purpose of this RFP is outlined below:

S. No. Key Activities Date*

1 Publication of Notice Inviting Tender (NIT) 28/08/2010

2 Last date and time of receiving queries from bidders 13/09/2010 at 4:00 pm

3 Pre-Bid Meeting 16/09/2010 at 11:00 am

4 Release of Corrigendum 20/09/2010 upto 4:00 pm

5 Price of Tender Document Rs. 10,000/-

6 Earnest Money Deposit Rs. 5,00,000 /- in the form of

Demand Draft in favor of

Member Secretary (EC), SITEG,

payable at Shimla

7 Last date for submissions of bids 05/10/2010 up to 2:00 pm

8 Opening of Bids 05/10/2010 at 3:00 pm

9 Tender Download Site http://www.himachaldit.gov.in

* SITEG reserves the right to change any date/time in the above mentioned schedule under

intimation to all concerned

1.4 CLARIFICATION OF RFP DOCUMENTS

a) A prospective bidder requiring any clarification on the RFP documents may notify SITEG in

writing at the SITEG’s address indicated in clause 1.8 of volume II of this RFP. All queries and

clarifications should reach to Member Secretary SITEG, cum Director IT, Department of

Information Technology, Block 24, SDA Complex, Kasumpti, Shimla, 171009, as per section 1.3.

b) SITEG would give clarifications to those bidders whose representatives are present during or

after the pre – bid meeting only. SITEG would prepare and send responses to the queries and

clarifications by the bidders in a consolidated manner. SITEG has the right not to respond to

some or any of the queries at its sole discretion. SITEG will not entertain or respond to

bidders’ queries and clarifications received after pre – bid meeting

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 8

1.5 PRE-BID MEETING

a) The SITEG shall organise an Open Forum from 11.00 AM onwards as per section 1.3 (if

necessary the discussion can continue on next working day) in the Conference Hall, O/o

Member Secretary SITEG, cum Director IT, Department of Information Technology, Block 24,

SDA Complex, Kasumpti, Shimla, 171009. The client may incorporate changes in the RFP and

/ or design based on acceptable suggestions received during the interactive Pre Bid Meeting.

The decision of SITEG and HPBSE regarding acceptability of a suggestion (or otherwise) shall

be final in this regard and shall not be called upon to question under any circumstances. The

bidders are requested to submit all questions (in the format given as Annexure VIII) in writing

not later than 4.00 PM as per section 1.3. It may not be possible at the Pre Bid Meeting to

answer questions which are received late. However, prospective bidders are free to raise their

queries during the meeting and responses will be conveyed to all the prospective bidders (by

way of hosting amendments/ clarifications on the website i.e. at http://himachaldit.gov.in) in

accordance with the respective clauses of the RFP.

b) Only those prospective bidders, who will submit the tender fee as mentioned in section 1.1

and register themselves before 11.00 AM with Member Secretary SITEG, cum Director IT,

Department of Information Technology, Block 24, SDA Complex, Kasumpti, Shimla, 171009

section 1.3, shall be permitted to take part in the deliberations during Pre Bid Meeting.

c) Based on the feedback / suggestion from the perspective bidders and DIT, modified RFP

(including list of sections where corrections have been made) will be hosted on the website

i.e. at http://himachaldit.gov.in. . The DIT,HP may also make changes in the RFP on its own,

therefore, Bidders are requested to visit the said website on regular basis for checking

necessary updates.

1.6 PROPOSAL PREPARATION COST

The bidder is responsible for all costs incurred in connection with participation in this process,

including but not limited to, costs incurred in conduct of informative and other diligence activities,

participation in meetings, presentation, preparation of proposal and in providing additional

information required by SITEG. This RFP does not commit the SITEG or HPBSE to award a contract

or to engage in negotiations.

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 9

1.7 SITEG’S RIGHT TO TERMINATE

a) SITEG may terminate the RFP process at any time and without assigning any reason. The SITEG

makes no commitment, expressed or implied that this process will result in a business

transaction with anyone.

b) Participation in this RFP does not confer any rights to the bidders. The bidder's participation in

this process may result in SITEG selecting the bidder to engage in further discussions and

negotiations toward execution of a contract. The commencement of such negotiations does

not, however, signify a commitment by SITEG to execute a contract or to continue

negotiations. The SITEG may terminate negotiations at any time without assigning any reason.

1.8 VENUE AND DEADLINE FOR SUBMISSION OF PROPOSAL

Proposals should reach SITEG at the following address.

To

Member Secretary SITEG, cum Director IT,

Department of Information Technology,

Block 24, SDA Complex, Kasumpti,

Shimla - 171009.

Email: ___________________________

Phone: __________________________

In case the proposal is submitted by hand, bidder’s representative(s) shall sign a register

evidencing their attendance.

Last Date & Time of Submission of Proposal: As per section 1.3

1.9 LATE BIDS

Any proposal received by the SITEG after the deadline for submission of proposal prescribed in

Section 1.3 of Volume II of the RFP shall be summarily rejected and returned unopened to the

bidder. No further correspondence on the subject will be entertained.

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 10

Whereas, Client may in an exceptional circumstances and at its discretion, extend the deadline for

submission of proposals by issuing an addendum or by intimating all bidders who have been

provided the proposal documents, in writing or by facsimile or by email, in such case all rights and

obligations of the HPBSE project and the bidders previously subject to the original deadline will

thereafter be subject to the deadline as extended.

1.10 BID OPENING

Total transparency will be maintained while opening of proposals. The Client will first check the

Eligibility criteria in the presence of Bidders’ representatives who are authorized to attend the bid

opening meeting as per section 1.3. The Bidder’s representatives who are present shall sign a

register evidencing their attendance. In the event of the specified date of Bid opening being

declared as holiday for the Client, the Bids shall be opened at the appointed time and location on

the next working day. It is, therefore, advised to send a responsible, authorized and senior

representative so that clarifications, if any, can be given on the spot.

Technical Bids of only those Bids shall be opened and evaluated who are found to be eligible as

per the criteria mentioned in section 1.11. In doubtful cases (where further documents or

clarification are required to establish eligibility), the Client in its discretion, may decide to open

Technical Bid. However, such Bids can be rejected subsequently, if it is found that the Bidder has

claimed eligibility on false grounds.

1.11 ELIGIBILITY CRITERIA

S.N

O.

Pre- Qualification Criteria Required Details Releva

nt

Page

No

1 Company Registration Number under the Indian

Companies Act 1956 – Attested Copy of Certificate

of Incorporation. The Prime Bidder including all

members of consortium* must provide details of

incorporation details of the company.

Attach company

registration certificate

for each of bidder(s)

2 The Prime Bidder should have annual turnover of

min. Rs 25 Crores for each of last three financial

years (from similar activities) i.e. for year 2006-07,

Audited Balance Sheet

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 11

S.N

O.

Pre- Qualification Criteria Required Details Releva

nt

Page

No

2007-08 and 2008-09.

3 The Prime Bidder should have been making profit

for last two years i.e. 2007-08 and 2008-09

Profit and Loss Account

Statement

4 OEM Authorization1 by the name of Prime Bidder Authorization letter

from OEM (Bidder

should submit and

undertaking from

OEM(s) that bidder

should deliver the

scope of services as

mentioned in this

document for the

required duration that

is years)

5 The bidder/ Consortium should have satisfactorily

completed

i) Two software development works of similar

nature each of value not less than Rs 50 lakh in

Central/State Govternment , Public Sector

Undertaking/Educational Establishments during

last five years

ii) Two hardware/facility management order of

similar nature each of value not less than 3 Crore

or one hardware/facility management order of

similar nature of value not less than 6 Crore in

Central/State Govt., Public Sector

Undertaking/Educational Establishment during last

five years

iii) Minimum three training work of similar nature

each of value not less than 3 lakh in Central/State

Govt., Public Sector Undertaking/ during last five

Attach relevant work

orders and completion

certificates for the

projects

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 12

S.N

O.

Pre- Qualification Criteria Required Details Releva

nt

Page

No

years

6 The Prime Bidder should have SEI CMMI Level III or

better quality certification

Attach certificates

7 The Prime Bidder should have direct authorization

from the Original Equipment Manufacturers (OEM)

for selling and supporting the components offered

under this project. Also the OEM under

consideration should meet the below criteria:

Sr. ITEMS Average turnover of the

Principal H/W Company

during last 3years for

respective items

1 Servers,

Desktop

Computers

Rs 500 Crores 2009-2010

(Out of which 50% of it

should be from Indian

Operations)

2 Power

Supplies

(UPS)

Rs 20 Crore

3 Printers Rs 25 Crore

4 Network

Equipments

Rs 25 Crore

Copy of Audited

balance Sheet

8 The Prime Bidder must have had at least 50

employees only for Application Development on

rolls over each of the last three years (as on March

31 2008, 2009 and 2010)

Declaration from Head

HR

9 The Prime Bidder should not be blacklisted with Submit an undertaking.

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 13

S.N

O.

Pre- Qualification Criteria Required Details Releva

nt

Page

No

any state government or central government

10 The Bidder should have deposited the cost of

Tender Document

Yes/ No

11 The Prime Bidder or one of the members of the

consortium should have local presence in

Himachal.

In case Prime bidder or

consortium member is

not having an office in

Himachal, they have to

provide undertaking

for the opening of

office in Himachal.

12 In case of consortium all consortium partners

should submit the Memorandum of Understanding

(MOU) for this project

Memorandum of

Understanding

*Note: a) The number of partners in the consortium should be maximum of three. However, if

any member shall be deleted or withdrawn after submission of Bid, the evaluation shall no longer

be valid. In this situation, SITEG reserves the right to disqualify the consortium or re-evaluate. No

new member is to be included in the consortium after submission of Bid

b) Incase of consortium, applicant consortia shall have a valid Memorandum of Understanding

(MoU) among all the members signed by the Chief Executives/ Authorized Signatories of the

companies dated prior to the submission of the bid. The MoU shall clearly specify the stake of

each member and outline the roles and responsibilities of each member. The MoU should be

exclusively for this project and each member of the consortium shall be responsible in case of

failure by any member.

c) In case of consortium, all members should nominate a mutually acceptable Prime Bidder. To the

SITEG, the Prime Bidder will be single point of contact. The Prime Bidder will have to accept

responsibility for all the liabilities and issues relating to this contract and execute issues relating

to this contract.

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 14

2 P R O P O S A L I N S T R U C T I O N S A N D C O N D I T I O N S

2.1 BID SUBMISSION FORMAT

a) The bidder shall submit the bid in a sealed cover envelope consisting of two (2) copies of all

the bid documents. The name of the project, the bidder’s name and address, and the name of

the primary and secondary contact person should be provided on the right hand side of sealed

Proposal and must be received at the address mentioned in Section 1.8 by 15:00 Hrs. as per

section 1.3

Copies of the bids (both in Original and Duplicate) must consist of the following:

i. Eligibility Criteria checklist along with the supporting documents as defined in Section

1.11

ii. Technical Proposal, including a softcopy on CD-ROM: In a sealed cover super scribing on

the right hand side top of the cover as “Technical Proposal” with covering letter format

defined in Annexure I

iii. Commercial Proposal: In a sealed cover super scribing on the right hand side top of the

cover as “Commercial Proposal” with covering letter format defined in Annexure II

b) SITEG will not accept delivery of proposal by fax or e-mail. Proposals received in such manner

shall be treated as defective, invalid and rejected.

2.2 DOCUMENTS COMPRISING THE PROPOSAL

The proposal submitted by the bidder shall comprise the following documents:

a) Technical Proposal including all the technical information asked for in Section 2.3 of Volume II

of the RFP document, dully filled in along with all attachments/schedules duly completed and

signed by the bidder.

b) The bidder’s Commercial Proposal as per the details provided in section 2.4 of volume II of this

RFP

c) Earnest Money Deposit in the form of Demand Draft as mentioned in section 2.11

d) Any other information that is to be submitted during the course of the proposal process.

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 15

2.3 TECHNICAL PROPOSAL FORMAT

The Technical proposal should address the following strictly in the order given below:

1. Printed cover letter, as per template in Annexure I of the RFP Vol II

2. Understanding of the HPBSE operations and their Challenges

3. Understanding of the Scope of the work

4. Approach for implementation of the HPBSE Project

a. Overview of the Proposed Solution that meets the requirements specified in this RFP (all

volumes)

b. Strategy for Implementation of HPBSE Project

5. Implementation methodology, Detailed Project plan, Training plan and Implementation

schedule

6. Data entry, Data Digitization, Data migration and Integration(with existing applications)

Approach

7. Operational methodology

8. Proposed Architectures

i. Overall Architecture

ii. Application Solution Architecture

iii. Mailing and Messaging Solution Architecture

iv. Technical Architecture

v. Security Architecture

vi. Network Architecture

vii. Proposed architecture for Data Center and Backup site

The bidder shall provide details of its plan to address the technology requirements, such as

scalability, availability, performance requirements of the system mentioned in this RFP.

9. Project Plan including

i. Design

ii. Development

iii. Testing

iv. Operations and Maintenance Plan

v. Human Resource Plan

vi. Financial Plan

vii. Plan for other support activities

10. Manpower Deployment plan

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 16

i. Project team structure, size and capabilities

ii. A specific description of prior experience and expertise of the resources to be

dedicated for the project.

iii. Resumes of Project Manager and team members responsible for the delivery of

the project during implementation and support period, highlighting their relevant

experiences.

All the resumes of the proposed team should be given only in the format provided in

Annexure V of Vol II of this RFP.

11. Innovative suggestions that the bidder may want to render w.r.t. the approach adopted for

the assignment in the light of their expertise or experience from similar assignments

12. Bill of Material of all components proposed for solution (e.g. software, hardware, connectivity,

infrastructure etc.) as per Annexure III of Vol II of this RFP.

13. Experience with similar activities (in the format provided in Annexure VI of Vol II of this RFP)

14. Quality assurance/process

15. Key Deliverables (along with example deliverables, where possible)

16. Deviations and Exclusions: The bidder shall provide the deviations and exclusions, if any, from

the defined scope of work in the format provided in Annexure VII of Vol II of this RFP.

17. Bidder Undertakings: Bidder’s guarantee for accomplishing the implementation schedules for

completion of key deliverables and providing services as per SLAs.

18. Total Responsibility: Bidder should issue a statement undertaking total responsibility for the

defect free development and operation of the HPBSE Project.

19. Any other information that vendor thinks would be worth mentioning in the proposal.

2.4 COMMERCIAL PROPOSAL FORMAT

The commercial proposal shall include CAPEX and OPEX over the 3 years after Go Live date of the

project, covering the following points;

a) Printed cover letter, as per template in Annexure II of the RFP Vol II

b) Application development cost

c) Cost of integration of existing applications with new application/s (If any)

d) Other component / software (if any) including system software/s

e) Training cost

f) Other license cost

g) Certificate cost (e.g. Digital Certificates)

h) Implementation cost

i) Maintenance cost

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 17

j) Man-month rate as per qualifications (technical, non technical, operations, senior and

junior resource)

k) Man-month rate for development effort in making functional changes to Software

applications beyond the agreed scope.

The commercial proposal shall be submitted in the format given in the Annexure II of the Volume

II of this RFP.

The bidder shall provide detailed break-up (unit wise) as per Annexure IX, failing which the

proposal may be considered incomplete.

2.5 AMENDMENT OF REQUEST OF PROPOSAL

At any time prior to the deadline for submission of proposals, SITEG may modify, for any reason

deemed necessary, the RFP by amendment notified in writing or by fax or email to all the bidders

who have received this RFP and such amendment shall be binding on them.

2.6 MODIFICATION, SUBSTITUTION AND WITHDRAWAL OF PROPOSAL

No proposal can be withdrawn in the interval between the deadline for submission of proposals

and the expiration of the validity period as specified in section 2.10 of volume II of this RFP.

However, bidder is allowed to withdraw his bid documents till deadline for submission of

proposals as mentioned in this document. After completion of deadline, any modifications and

substitutions in the bid documents shall not be allowed.

2.7 LANGUAGE OF PROPOSAL

The proposal and all correspondence and documents shall be written in English. All proposals and

accompanying documents received within the stipulated time will become the property of the

SITEG and will not be returned. The hardcopy version will be considered as the official proposal.

2.8 CURRENCY OF PROPOSAL AND PAYMENT

The currency of the proposal offer shall be in Indian National Rupees (INR) only.

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 18

2.9 BID VALUE

Prices quoted by the Bidder shall be fixed and include all taxes, levies, duties, packing,

transportation etc. Regarding increase in prices at a later stage, no variation in prices will be

allowed under any circumstances. No open-ended / indeterminable or conditional bids shall be

entertained and the same is liable to be rejected straightway. Price quoted in Annexure II

(Commercial Bid Format) will be treated as Bid Price. Prices provided in Annexure IX will be used

for reference only and can be taken in account in case of any variation in quantity

2.10 PERIOD OF VALIDITY OF PROPOSALS

a) The proposals shall be valid for a period of Six (6) months from the date of opening of the

commercial proposal. A proposal valid for a shorter period may be rejected as non-responsive.

b) In exceptional circumstances, at its discretion, SITEG may solicit the bidder’s consent for an

extension of the validity period. The request and responses shall be made in writing.

2.11 EARNEST MONEY DEPOSIT (EMD)

a) Bidders shall submit, along with their Bids, EMD of Rs. 5,00,000/- (Rs. Five Lakh only) , in the

form of Demand Draft from nationalized or scheduled bank in favor of Member Secretary cum

Director IT, SITEG, payable at Shimla. EMD in any other form shall not be entertained.

b) EMD would be refunded to all unsuccessful bidders within 30 days of award of the Project to

successful bidder.

c) EMD of successful bidder will be returned back to successful vendor after submission of

Performance Bank Guarantee.

d) Bid without adequate EMD will be liable for rejection without providing any opportunity to

the bidder concerned.

2.12 FORFEITURE OF EMD

The EMD can be forfeited if a Bidder

• Withdraws its bid during the period of bid validity specified by the Bidder on the Bid Form

or

• During the bid process, if a Bidder indulges in any such deliberate act as would jeopardise

or unnecessarily delay the process of bid evaluation and finalisation. The decision of the

client regarding forfeiture of the Bid Security shall be final & shall not be called upon any

question under any circumstances or

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 19

• Violates any of such important conditions of this RFP document or indulges in any such

activity as would jeopardize the interest of the client. The decision of the client regarding

forfeiture of the Bid Security shall be final & shall not be called upon any question under

any circumstances.

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 20

3 P R O P O S A L E V A L U A T I O N

Proposals will be reviewed by a Committee constituted by the SITEG or its designated

representative(s). The SITEG, or such other authority designated by the SITEG, as the case may be,

is also referred to herein as the Evaluation Committee (or “Committee”). The Committee may

comprise of, or receive assistance from, several teams conducting parallel evaluation.

3.1 PROPOSAL OPENING

SITEG would open the proposal, in the presence of authorized representative(s) of the bidder who

choose to attend, at the time, date and location stipulated in the RFP. The maximum number of

authorized representatives allowed to each bidder will not be more than two. The bidder’s

representative(s) shall sign a register evidencing their attendance.

3.2 CLARIFICATION OF PROPOSALS

In the process of examination, evaluation and comparison of proposal, the SITEG may, at its

discretion, ask bidder(s) for clarification of its proposal which the bidder will be obliged to furnish.

3.3 INITIAL DETERMINATION OF COMPLIANCE WITH RFP REQUIREMENTS

The Committee will perform an initial review of all proposals that are submitted on time. After

initial review, the Committee may recommend discontinuing the evaluation of any proposal,

which it considers unacceptable prima facie for any reason such as:

a) The proposal displays that not a reasonable effort is spent to respond to the requirements of

the RFP; or

b) The proposal contains technical deficiencies, such as not all the requirements of the solution

are addressed and proposed solution is not in accordance with the requirements of the SITEG.

3.4 CORRECTION OF ERRORS

a) Bidders are advised to exercise adequate care in quoting the prices. No modification/

correction in quotations will be entertained once the commercial bids are submitted. Even

before submission of the proposal, care should be taken to ensure that any

corrections/overwriting in the proposal are initialed by the person signing the proposal form.

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 21

b) Arithmetic errors in proposals will be corrected as follows:

In case of discrepancy between the amounts mentioned in figures and in words, the amount

in words shall prevail.

3.5 SITE VISIT BY SITEG

As part of the evaluation process, SITEG and / or any agency selected by SITEG shall be allowed to

visit and examine/verify the bidder’s system capabilities as defined in the Technical Proposal. The

bidder, if asked by SITEG, shall arrange and facilitate such visit. The cost of such visits to the Sites

shall be at Bidder’s expense.

3.6 EVALUATION PROCEDURE AND CRITERIA

Evaluation of the bids will be done in two stages. The following is the procedure for evaluation.

3.6.1 Evaluation of Technical Bids

The evaluation of the Technical bids will be carried out in the following manner:

a) The bidder’s technical solutions proposed in the bid document will be evaluated as per the

requirements specified in the RFP and bidder is required to provide details on the proposed

solution adopting the evaluation framework given in Annexure IV and information required

under Section 2.3 of Vol. II of this RFP.

b) Proposal Presentations. The Committee may invite each bidder to make a presentation to the

SITEG at a date, time and locations determined by the SITEG. The purpose of such

presentations would be to allow the bidders to present their proposed solutions to the

committee and the key points in their proposals.

c) The Evaluation Committee may undertake oral clarifications from the bidders. The primary

function of clarification in the evaluation process is to clarify ambiguities and uncertainties, if

any, arising out of the evaluation of the bid documents.

d) Depending on the evaluation methodology mentioned in point a, b and c, above each

Technical bid will be assigned a technical score out of a maximum of 100 points.

e) The bidder will be considered as technically qualified Bidder if they achieve:

a. Technical score of 70% or more in total

b. Technical score of 60% in each of respective sections.

Those bidders who can fulfill above mentioned qualifying criteria will qualify for the opening of

the commercial bid. The details of technical evaluation parameters are at Annexure IV.

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 22

3.6.2 Evaluation of Commercial Bid

Evaluation Criteria: The Commercial bids of the technically qualified bidders will be evaluated as

per the evaluation criteria mentioned below:

Total Project cost as provided in the Annexure II - Commercial Bid Format

Note: The cost of acquisition includes all statutory taxes, duties and levies.

• Functional Requirement Specifications as per RFP Volume-I

• Please refer to Annexure IX for detailed commercial formats, which need to be filled

necessarily

3.6.3 Final Evaluation

For the purpose of Final Evaluation, evaluation committee will evaluate each of the bidder’s

response on the basis of technical and commercial parameters. The weightage of the technical

and commercial parameters will be in the ratio of 60:40. For comparison of the combined

Technical and Price Score of all bidders, following formula will be used:

Total Score(T) = (Technical Score x 0.60) + (LP/FPx100) x 0.40

Where LP is the lowest price offer and FP is the price offer of the bidder being evaluated.

3.6.4 Negotiations, Contract Finalization and Award

The committee shall reserve the right to negotiate with the bidder whose proposal has been

ranked first (Highest value of T quoted by bidders) by the committee on the above mentioned

formula. If SITEG is unable to finalize a service agreement with the bidder ranked first, the SITEG

may proceed to the next ranked bidder, and so on until a contract is awarded. The SITEG

reserves the right to present a contract to the bidder selected for negotiations. A contract will

be awarded to the responsible, responsive bidder whose proposal conforms to the RFP and is, in

the opinion of SITEG, the most advantageous and represents the best value to the project, price

and other factors considered. Evaluations will be based on the proposals and any additional

information requested by the SITEG.

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 23

4 A W A R D O F C O N T R A C T

4.1 AWARD CRITERIA

The SITEG will award the Contract to the successful bidder whose proposal has been determined

to be substantially responsive and has been determined as the best value proposal, provided

further that the bidder has demonstrated that it is qualified to perform services required for the

project satisfactorily.

4.2 SITEG’S RIGHT TO ACCEPT OR REJECT ANY OR ALL PROPOSALS

The SITEG reserves the right to accept or reject any proposal, and to annul the RFP process and

reject all proposals at any time prior to award of contract, without incurring any liability to the

affected bidder or bidders or any obligation to inform the affected bidder or bidders of the

grounds for SITEG’s action.

4.3 PURCHASER’S RIGHT TO VARY THE QUANTITY

The Purchaser reserves the right to increase or decrease quantities. Such a variation will

normally not be more than ± 25%. The quantities can be altered without any change in the unit

price or other terms and conditions. The Purchaser may even vary the break up of overall

quantities of an item in view of techno-commercial reasons. The variation in the quantity of

award shall be notified at the time of placing the order.

4.4 NOTIFICATION OF AWARD

Prior to expiry of the validity period or extended validity period, SITEG will notify the successful

bidder in writing that its proposal has been accepted. Upon the successful bidder’s furnishing of

performance bank guarantee contract signing process will take place. In case the successful

bidder is unable to furnish the performance bank guarantee, SITEG may invite the second bidder

in order of total score (T).

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 24

4.5 SIGNING OF CONTRACT

Once the SITEG notifies the successful bidder that its proposal has been accepted, SITEG shall

enter into a separate contract, incorporating all agreements (to be discussed and agreed upon

separately) between SITEG and the successful bidder.

4.6 PERFORMANCE SECURITY DEPOSIT

a) The successful bidder shall at its own expense deposit with SITEG, within fifteen (15)

working days of the date of notice of award of the contract, an unconditional and

irrevocable Performance Bank Guarantee (PBG) from a nationalized or scheduled

commercial bank acceptable to SITEG, payable on demand, for the due performance and

fulfillment of the contract by the bidder.

b) The Performance Security Deposit will be as follows:

Schedule to provide PBG Amount

At the award of contract as described in

clause 4.5 (a) of this RFP Vol II

15% of the total project cost,

finalized for this HPBSE Project

All incidental charges whatsoever such as premium, commission etc. with respect to the

Performance Bank Guarantee shall be borne by the bidder. The PSD shall be valid till 6

months after completion of tenure of appointment.

c) In the event of the bidder being unable to service the contract for whatever reason, SITEG

would invoke the PBG. Notwithstanding and without prejudice to any rights whatsoever of

SITEG under the contract in the matter, the proceeds of the PBG shall be payable to SITEG as

compensation for the bidder’s failure to perform/comply with its obligations under the

contract. SITEG shall notify the bidder in writing of the exercise of its right to receive such

compensation, indicating the contractual obligation(s) for which the bidder is in default.

d) Before invoking the PBG, the vendor will be given an opportunity to represent before SITEG.

The decision of SITEG on the representation given by the vendor shall be final and binding.

If circumstances so warrant, the matter may be referred to an arbitrator to be appointed by

SITEG with mutual consent.

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 25

4.7 MAINTENANCE AND SUPPORT DURING CONTRACT PERIOD

a. Bidder shall provide complete support and maintenance support to SITEG for HPBSE

solution components as outlined in this RFP for a period of 3 Years (Three Years) from the

date of “go-live”.

b. The above support shall include a free of cost support and maintenance for duration of 3

Years from date of “go-live”

c. The bidder further warrants that the goods supplied under this contract shall have no

defects arising from design, materials or workmanship.

d. SITEG shall promptly notify successful bidder in writing of any claims arising under this

support and maintenance period. Upon receipt of such notice, the bidder shall, within the

support and maintenance period and with all reasonable speed, repair or replace the

defective systems, without costs to SITEG and within time specified and acceptable to SITEG.

e. If the successful bidder, having been notified, fails to remedy the defect(s) within the period

specified in the contract, SITEG may proceed to take such reasonable remedial action as

may be necessary, at the successful bidder's risk and expense and without prejudice to any

other rights, which SITEG may have against the bidder under the contract.

f. During the support and maintenance period, the successful bidder will provide all product(s)

and documentation updates, patches/ fixes, and version upgrades within 15 days of their

availability and should carry out installation and make operational the same at no additional

cost to SITEG. The bidder should also ensure the updation of software in terms of any

amendments required, updation of rules or any other process / procedural changes.

4.8 CHANGE ORDERS

If the HPBSE requires that any activity/activities, which is not provided for under the "Scope of

work” in the Bid document and the competent authority is convinced that the same can't be

considered to be deemed to be covered under the scope of work as mentioned in the Bid

document, need to be developed, then the SITEG or HPBSE may ask the software vendor to

work out the requirement of effect in the form of '' Man Weeks'' for the same. The SITEG or

HPBSE after assessing the quantum of work will determine the requirement of man weeks. If the

vendor agrees with the decision of the SITEG or HPBSE, he will proceed to execute the work. The

payment will be made for such deployment on the basis of rates quoted in the Price Schedule

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 26

Annexure IX of the Bid document. The total value of such additional work will be limited to 20%

of total value of the contract value

4.9 PENALTY AND LIQUIDATED DAMAGES

a. Penalty:

In case SLA (Detailed in Section 7) is not met as required by this RFP, respective penalty would

be imposed by deducting a certain amount as applicable from the payment due to

implementation vendor for the respective deliverable or period as per the scheme suggested in

this RFP.

Penalty Chart

S.

No.

Parameter Penalty

1. Credit total of quarter (as mentioned in section 7 of

Vol II of this RFP) is <=95%

5% of Quarterly Payment

2. 90 <= Credit total of quarter (as mentioned in section

7 of Vol II of this RFP) <95%

7% of Quarterly Payment

3. 85 <= Credit total of quarter (as mentioned in section

7 of Vol II of this RFP) <90%

10% of Quarterly Payment

4. Credit total of quarter (as mentioned in section 7 of

Vol II of this RFP) <85%

15% of Quarterly Payment

In case of continuous unsatisfied performance of vendor, SITEG reserves rights for termination

of contract.

Bidder shall provide the Services as mentioned in implementation plan in section 14 in RFP Vol I

. The Operational Service Date for commencement of Services for the locations of the Client

shall be mutually agreed between the parties in writing and the roll out schedule for such multi

locations can be appended. In case, Services are not provided from the agreed Operational

Service Date for various phases, it will be treated as delay in delivery and shall be penalized @

2% of the gross bid value per week for that phase by competent authority for delay (subject to a

maximum of 20%).

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 27

a. Liquidated Damages: If the vendor fails to deliver any or all of the goods or complete the

installation within the schedule specified in this RFP, SITEG shall without prejudice to its

other remedies, deduct as liquidated damage Rs. 2,00,000 (Rupees Two Lac) for every week

of delay. The amount towards Liquidated Damage would be recovered from the amount of

Performance Bank Guarantee/Future payments.

4.10 INDEMNITY

Vendor shall provide indemnity towards any damage, misdemeanor of the Vendor’s employees

or authorized personnel, appointed distributors, agents or subcontractors, to the Client.

Further the Client shall not be responsible for any payments, statutory obligations like insurance

cover, PF, etc., for accident, mishap, handicap and/or death occurring and affecting Service

Providers employees or authorized personnel, appointed distributors, agents or subcontractors

during and after the provision of the Services at the Client premises. Overall services include

periodical inspection, installing, maintaining, replacing and removing defective equipment/

hardware and/or software, as well as to inspect the network, or any other equipment used in

connection with provision of Services at all Offices . Such indemnity/payment, if any, shall be the

complete responsibility of the vendor.

4.11 FAILURE TO AGREE WITH TERMS AND CONDITIONS OF THE RFP

Failure of the successful bidder to agree with the Terms & Conditions of the RFP shall constitute

sufficient grounds for the annulment of the award, in which event SITEG may award the contract

to the next best value bidder or call for new proposals.

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 28

5 P A Y M E N T S C H E D U L E

Payment schedule is defined as follows:

Activity

No: Milestone Payment

1 HPBSE Solution

1a SRS Preparation and Sign off for SRS 15% of total payment

1b Supply of Hardware and other equipments 20% of total payment

1c Procurement, Testing, installation and User

Acceptance of H/W and Networking

Components

20% of total payment

1d User Training and Change Management 5% of total payment as per no of

people trained

1e On system “Go Live” 10% of the total payment

1f Twelve equal quarterly yearly Installments over

three years from the “Go-Live” date,

depending upon the quarterly performance

level assessed on the basis of SLAs as defined

in section 7

30% of total payment

However, this time frame is indicative and would be finalized mutually between SITEG and the

successful bidder at the time of signing of Agreement.

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 29

6 I M P L E M E N T A T I O N V E N D O R A P P O I N T M E N T C O N D I T I O N S

On signing of the contract with SITEG, the successful bidder would be issued a Letter of

Appointment by SITEG to operate as HPBSE Implementation Vendor under the following terms

and conditions:

6.1 CONDITIONS OF APPOINTMENT

a) The tenure of appointment shall be valid for a term of three (3) years, after Go Live date, for

support and maintenance purposes, which is extendable as per mutual agreement between

the selected vendor and SITEG

b) Within fifteen days from the date of award of the contract, the HPBSE Implementation

Vendor will deposit Performance Bank Guarantee as defined above in the clause 4.5 of this

RFP Vol II.

c) The tenure of appointment of the HPBSE Implementation Vendor will end if :-

i. HPBSE Implementation Vendor contravenes the conditions/clauses as specified in the

contract with SITEG; or

ii. At the end of the tenure as specified in the Letter of Appointment

d) The grounds for termination of HPBSE Implementation Vendor, as well as the treatment of

the transfer of regulated assets and system management and knowledge base under the

above two conditions are described in the subsequent Section 6.2, 6.3 , 6.4 and 6.5.

6.2 INTELLECTUAL PROPERTY RIGHTS

Facility and Software

Software for HPBSE is going to be a custom design from Architectural, Design, Development and

Configuration point of view. The IPR relating to Software and other materials related to project

and its operation will be owned by HPBSE.

All rights related to Documentation, software, licenses and other materials used during the

project reserved with HPBSE only.

Violation of IPR

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 30

The software vendor will ensure that there is no violation of intellectual property rights, in any

form, during execution of this project.

The software vendor shall indemnify the State Government from all actions, costs, claims,

demands, expenses & liabilities, whatsoever, resulting from any actual or alleged infringement

as aforesaid and at the expenses of the Software Vendor, the HPBSE shall be defended in the

defence of any proceedings which may be brought in that connection.

6.3 TERMINATION OF CONTRACT WITH HPBSE IMPLEMENTATION VENDOR

a) No order of suspension or termination of HPBSE implementation vendor would be issued by

the SITEG, except after conducting an enquiry by an officer of the SITEG, authorized in this

regard.

b) The grounds for suspension / termination of HPBSE implementation vendor may include inter

alia

i. Contravention of the conditions/clauses as would be specified in the Contract/Letter

of Appointment.

ii. Inability to perform the duties and requirements as would be specified in the contract.

6.4 TRANSFER OF ASSETS AND SYSTEM MANAGEMENT AND KNOWLEDGE BASE

Transfer of assets and systems management and knowledge base in case of suspension /

termination of HPBSE Implementation Vendor:

a) In case of termination, HPBSE Implementation Vendor shall be directed by SITEG to continue

specific services and obligation and also to maintain all regulated assets including

database, system software and hardware, documents or any other relevant material that

may be in its custody or control, relating to its activities as HPBSE Implementation Vendor

till the time required by SITEG.

b) In case of termination, the HPBSE Implementation Vendor shall, with immediate effect be

subject to the directions of the SITEG. In this situation, SITEG may direct HPBSE

Implementation Vendor to continue discharging its role and responsibilities in the transition

phase, and/or appoint an administrator to take over the regulated assets and the

management of HPBSE Implementation Vendor functions and/or appoint any agency to

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 31

take over the regulated assets and the management of the HPBSE Implementation Vendor

functions, and/or appoint a successor HPBSE Implementation Vendor and:

i. Transfer all or part of the regulated assets and the management of the HPBSE

Implementation Vendor functions to the new HPBSE Implementation Vendor, and/or

ii. Determine the residual value of the regulated assets based on guidelines or fair value

as determined by SITEG, or

iii. Ensure smooth transfer of regulated assets both tangible and intangible to the new

HPBSE Implementation Vendor.

6.5 PROCESS FOR TRANSFER OF ASSETS IN CASE OF END OF TENURE

The treatment of the regulated assets at the end of HPBSE Implementation Vendor’s tenure:

i. The HPBSE Implementation Vendor’s developed software applications with source

code will be transferred at zero cost to the new HPBSE Implementation Vendor /

SITEG. Any third party software specific to the solution shall also be transferred at

zero cost to the new HPBSE Implementation Vendor /SITEG

ii. Databases will be transferred to the new HPBSE Implementation Vendor / SITEG at

zero cost

6.6 RESOLUTION OF DISPUTES

i. SITEG and the HPBSE implementation vendor shall make every effort to resolve

amicably by direct informal negotiation any disagreement or dispute arising between

them under or in connection with the Contract.

ii. In the event of any dispute or differences or objection whatsoever arises in any way in

connection with or arising out of this instrument of the meaning of or operation by

either party, then save in so far the decision of any such matter including whether its

decision has been otherwise provided for and/or whether it has been finally decided

accordingly or whether contract should be terminated or has been rightly terminated

in whole or in part and as regards the rights and obligations of the party as the result

of such termination, shall be referred for arbitration to mutually accepted

Arbitrator(s) and his/her decision shall be final and binding on both the parties. Such

arbitration proceedings shall be in accordance with the Indian Arbitration and

Conciliation Act of 1996.

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 32

iii. It is an express condition of the agreement that no suit in regard to any matter

whatsoever arising out of this agreement shall be instituted, in any Court case a court

of competent jurisdiction at Shimla (under territorial jurisdiction of High Court of

Himachal Pradesh).

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 33

7 S E R V I C E L E V E L A G R E E M E N T

S.N. Service metric parameters

Baseline Lower Performance Breach Basis of

Measurement Metric Points Metric Points Metric Points

Service Related

1.

Average Portal page

opening/ loading time < 5 sec. 10 5 to 10 sec. 7 > 10 sec. -10

Measured over 128 kbps

speed.

2.

Average response time for

Custom built Enterprise

application < 5 sec. 10 5 to 10 sec. 7 > 10 sec. -10 Server logs

3.

Average response time for

retrieval of information

from server < 5 sec. 10 5 to 10sec. 7 > 10 sec. -10 Server logs

4.

Average archived / History

data opening / loading time < 7 sec 10 7 to 12 sec. 7 > 12 sec. -10

Measured over 128 kbps

speed.

5. Availability of Servers >=99.9 10

>=99 to

<99.9 7 > 99 -10 Measured by Server Logs

6

Availability of rest of the

hardware >=99.5 5

>=98 to

<99.5 3 >=98 -5

Measured by server logs/

complaint register etc.

7. Manpower availability >=99% 10 95 to 99% 7 <95% -10 Attendance

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 34

S.N. Service metric parameters

Baseline Lower Performance Breach Basis of

Measurement Metric Points Metric Points Metric Points

Help Desk Services Related

1. Critical priority Incidents Immediate 15 T*+2 hrs 10 >T + 2 hrs -15 Feedback and log details

2. Medium priority incidents Within 2 hrs 10 >2 T <=4 7 >T + 4 hrs -10 Feedback and log details

3. Low priority incident Within 24 hrs 10 T + 24 Day 7 >T + 24 hrs -10 Feedback and log details

Total 100 69 -100

Important Note:

1. T – Time of call logged by user and

2. Vendor would provide tool based monitoring and online system of reporting. The tools should have the capability so that the client can

log in anytime, without the knowledge of vendor, to see the status. At the same time vendor would provide online helpdesk for users to

log the calls.

3. This is part list of SLAs and final list of SLAs will be defined at the time of signing contract between SITEG and selected vendor

4. All points assigned to Implementation Vendor’s account in a particular quarter will be computed as per the matrix given above and will

then be accumulated to arrive at final score for a particular quarter. This score will be divided by 100 to arrive at the percentage (%) on

basis of which penalty will be calculated as per section 4.8. Illustration: If the vendor is able to achieve all the baseline performance

levels in a quarter he will have a credit score of 100 for that particular quarter and hence he will be eligible for full quarterly payment.

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 35

7.1 Testing and User Acceptance

SITEG will undertake or may assign third party exercise of Testing and User Acceptance of the

HPBSE solution as soon as the Implementation Vendor declares the system to be ready for the

exercise, based on details as mentioned in this RFP Vol I and II

7.2 Acceptance Criteria

General

1. The primary goal of Testing & Acceptance would be to ensure that the project

meets requirements, standards, specifications and performance prescribed by the

RFP by ensuring that the following are associated with clear, quantifiable metrics for

accountability in pursuant with RFP Vol I and II:

i. Functional Requirements

ii. Availability

iii. Performance

iv. Security

v. Manageability

vi. Standards and Protocols

2. The project is to be designed to meet all functional, non-functional and

management requirements as mentioned in the RFP.

3. The system should be scalable to meet the future requirements of HPBSE and build

upon for integration with new technologies

Functional Requirement Specifications

The detailed functional requirements of each component of HPBSE solution have been provided

in Volume I of the RFP, together with respective deliverables and a set of standards, wherever

applicable.

Performance

1. Performance is that aspect of service, which is measured in terms of throughput and

latency. Higher throughput and lower latency values represent good performance of

a service. Throughput represents the number of service requests served. Latency is

the round-trip time between sending a request and receiving the response.

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 36

2. This test process will include the following activities:

i. Determination of performance metrics

ii. Designing performance tests

iii. Development of workload

iv. Performance testing

v. Identification of bottlenecks and providing solutions

vi. Determining final performance figures.

vii. Communication of final results to all stakeholders

3. Final output of this process would be a sizing guide for the solution tested. The

sizing guide will document the details of the performance tests, test data,

bottlenecks identified, alternate solutions provided, and the final performance data.

Availability

1. System Availability is a key requirement. The project must provide employees with

timely, continuous access to information - all day, every day (24X7). The project

must also be able to rebound or recover from any planned or unplanned system

downtime, ensuring a minimal impact on the operations.

2. Availability is the quality aspect of whether the service is present or ready for

immediate use. Availability represents the probability that a service is available.

Larger values represent that the service is always ready to use while smaller values

indicate unpredictability of whether the service will be available at a particular time.

3. Also associated with availability is time-to-repair (TTR). TTR represents the time it

takes to repair a service that has failed. Ideally smaller values of TTR are desirable.

4. The availability test would include the following activities

i. Designing test for high availability testing

ii. Execution of high-availability tests

iii. Assessment of transaction/data losses in relation to Disaster

iv. Recovery system

v. Communication of final results to all stakeholders

Note: - It is expected that vendor would maintain an average availability/uptime of 99% of all

components included but not restricted to application software etc. Vendor would also propose

a detailed SLA strategy and monitoring mechanism.

Security

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 37

1. Security is the aspect of the service of providing confidentiality and non-repudiation

by authenticating the parties involved, encrypting messages, and providing access

control. The applications can have different approaches and levels of providing

security, depending on the service requester.

2. Security Process will include

i. Audit of Application security mechanisms

ii. Assessment of authentication mechanism provided in the

application/components/modules

iii. Assessment of data encryption mechanism

iv. Assessment of data access privileges, retention periods and archival

mechanisms

Final outcome of this process would be a comprehensive audit report including all the Network,

Server and Application security features incorporated in this HPBSE project.

Manageability

Manageability needs to be a crucial aspect of an Enterprise Solution. Implementation Vendor

has to ensure that the solution deployed has adequate monitoring and tracking features for

measuring the utilization and availability of resources. This includes:

1. Remote monitoring of Status and Statistics of all high-level components

2. Management capability to start/stop/restart services and systems

3. Auto discovery of all components manageable

4. Auto discovery of all other system components

5. Ability to track changes in configuration of the system components to help track

service

6. System disruptions

7.3 Support Requirements

The vendor shall be responsible for the maintenance of the HPBSE solution, which includes

application solution management and support in IT Infrastructure management including

security management etc. Following includes but not limited to the various activities to be

performed by the vendor during the maintenance of the solution.

A. Application Solution Management

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 38

1. The vendor provides warranty and support for HPBSE solution for the duration of 3

years, commencing from the date when the system goes “live” i.e. ('go-live' +

3Years). The warranty should include that the solution supplied under this Contract

shall have no defect arising from design or workmanship or from any act or omission

of the successful vendor that may develop under normal use of the supplied

solution.

2. This warranty should also cover adapting the software for any additional

requirement that might come to the notice of SITEG at the time of actual use of the

software.

3. During the warranty period, vendor shall be completely responsible for defect free

functionality of the application software and shall resolve any solution related issues

including bug fixing etc with in duration agreed between SITEG and the vendor.

4. Vendor shall provide the latest updates, patches/ fixes, version upgrades relevant

for the HPBSE solution components.

5. Vendor shall be responsible for software version management, software

documentation management reflecting current features and functionality of the

solution.

B. Infrastructure Management

This includes the design of an appropriate System Administration policy with precise definition

of duties and adequate segregation of responsibilities and obtaining the approval for the same

from SITEG. Support in System Administration includes the following activities in pursuant with

RFP Vol I and II:

1. Support in Overall management and administration of infrastructure solution

including servers, networking & security components, storage solution etc.

2. Performance tuning of the system as may be needed to comply with SLA

requirements on a continuous basis.

3. Security management including monitoring security and intrusions into the solution.

4. Monitor and track server and network performance and take corrective actions to

optimize the performance on a daily basis.

5. System administration tasks such as managing the access control system, creating

and managing users etc

6. Attend to SITEG's user request for assistance related to usage and management of

the HPBSE solution.

C. Information Security in pursuant with RFP Vol I and II

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 39

1. The Vendor is responsible for implementing measures to ensure the overall security

of the solution and confidentiality of the data. The Vendor shall monitor production

systems for events or activities, which might compromise (fraudulently or

accidentally) the confidentiality, integrity or availability of the Services. This

monitoring shall be through the security controls including:

i. Real-time intrusion detection tools

ii. Audit review tools

iii. Manual processes

2. Vendor shall develop a detailed security policy for the solution implementation &

maintenance. The security policy developed by the Vendor shall be updated to keep

the security recommendations current and the same shall be implemented for the

solution

3. The Vendor with the co-operation of appropriate, appointed representatives of

SITEG and the participating departments will manage the response process to

security incidents. The incident response process will seek to limit damage and may

include the investigation of the incident and notification of the appropriate

authorities. A summary of all security incidents shall be made available to SITEG on a

weekly basis. Significant security incidents will be reported on a more immediate

basis

4. The Vendor shall produce and maintain system audit logs on the system for a period

agreed between the Vendor and SITEG, at which point they will be archived and

stored at off-site or as desired by SITEG. The Vendor will regularly review the audit

logs for relevant security exceptions

D. Project Management

The HPBSE project is a multi-departmental initiative, its implementation is complex and can go

out of control unless all the stakeholders, especially the vendor designs and implements a

comprehensive and effective project management methodology. The following requirements

are therefore prescribed in this regard:

1. Work Program

The vendor should design a detailed Project Plan, which should include the following

components:

i. Project Organization and Management Plan

ii. Software Development Plan

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 40

iii. Delivery and Installation Plan

iv. Testing Plan and Methodology

v. Training Plan, Methodology and Training Details

vi. Change Management Plan

vii. Any other relevant items related to Program Development

2. Program Implementation

a. The vendor shall:

i. Assume responsibility of managing and monitoring the project as per

the Indicative Time Schedule specified in this RFP, under the agency

assigned by SITEG as Program Manager for the project

ii. Monitor the progress of Change Management plan and data migrations

as given out in the RFP in order to enable smooth transition to the new

system

iii. The vendor shall submit following reports to the Program Manager

agency:

Monthly progress reports, summarizing:

1. Results accomplished during the period

2. Cumulative deviations till date from schedule of progress on

milestones as specified in RFP

3. Corrective actions to be taken to return to planned schedule of

progress

4. Proposed revisions to planned schedule

5. Other issues, outstanding problems and action proposed to be

taken

b. Interventions which the implementation Vendor expects to be made by the

Program Manager and the actions to be taken before the next reporting

period

c. Test results of training

7.4 Documentation Requirements

The implementation vendor is required to submit all documents, related with the solution, as

mentioned in this RFP Vol I and II

7.5 Handover Clause

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 41

a. At the end of the specified tenure, SITEG may exercise its option to renew the

Managed IT services with the existing implementation vendor or decide to

undertake these activities on its own

b. If Handover is required to SITEG / any other vendor at the end of the existing

Managed IT services or otherwise, the Implementation vendor would be responsible

for handing over the complete know-how, documentation records, software logs,

source codes and all such relevant items that may be necessary for the transition

process.

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 42

AAANNNNNNEEEXXXUUURRREEESSS

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 43

Annexure I Technical Proposal Letter

[Date]

Member Secretary SITEG, cum Director IT,

Department of Information Technology,

Block No. 24, SDA Complex

Kasumpti

Shimla - 171009

Dear Sir,

Ref: Request for Proposal (RFP): Selection of Software Development Vendor for Himachal

Pradesh Board of School Education (HPBSE).

Having examined the RFP documents, the receipt of which is hereby duly acknowledged, we, the

undersigned, offer to provide the services as required and outlined in the RFP for HPBSE

Implementation Vendor.

We attach hereto our response to the RFP document, which constitutes our proposal for being

considered for appointment as the HPBSE Implementation Vendor.

We undertake, if our proposal is accepted, to adhere to the Project Schedule put forward in the

RFP or such adjusted plan as may subsequently be mutually agreed between us and SITEG or its

appointed representatives.

If our proposal is accepted, we will submit a Performance Bank Guarantee in the format given in

the RFP document issued by a Nationalized/ Scheduled bank in India, acceptable to SITEG, as per

the details specified in the RFP documents for due performance of the contract.

We agree to unconditional acceptance of all the terms and conditions set out in the SITEG

documents.

We confirm that the information contained in this proposal or any part thereof, including its

exhibits, schedules, and other documents and instruments delivered or to be delivered to the

SITEG is true, accurate, and complete. This proposal includes all information necessary to ensure

that the statements therein do not in whole or in part mislead SITEG as to any material fact.”

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 44

It is hereby confirmed that I/We are entitled to act on behalf of our corporation/company/

firm/organization and empowered to sign this document as well as such other documents,

which may be required in this connection.

Dated this Day of 2010

(Signature) (In the capacity of)

Duly authorized to sign the RFP Response for and behalf of:

(Name and Address of Company) (Seal/Stamp of bidder)

Witness Signature:

Witness Name:

Witness Address:

CERTIFICATE AS TO AUTHORIZED SIGNATORIES

I, certify that I am Secretary of the …………………………………, and

that……………………………….who signed the above bid is authorized to bind the corporation by

authoring of its governing body.

Date

(Seal here)

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 45

Annexure II Commercial Proposal Letter

Member Secretary SITEG, cum Director IT,

Department of Information Technology,

Block No. 24, SDA Complex

Kasumpti

Shimla - 171009

Dear Sir,

Ref: Request for Proposal (RFP): Selection of Software Development Vendor for Himachal

Pradesh Board of School Education (HPBSE).

Having examined the RFP documents, the receipt of which is hereby duly acknowledged, we, the

undersigned, offer to provide the services as required and outlined in the RFP for appointment

of HPBSE Solution Vendor for SITEG.

We attach hereto our response as required by the RFP documents, which constitutes our

commercial proposal. As per our commercial proposal, the total cost of the project is INR

…………..

We undertake, if our proposal is accepted, to adhere to the Project Schedule put forward in the

RFP or such adjusted plan as may subsequently be mutually agreed between us and SITEG or its

appointed representatives.

If our proposal is accepted, we will obtain a Performance Bank Guarantee in the format given in

the RFP document issued by a Scheduled Commercial Bank in India, acceptable to SITEG, for a

sum equivalent to 15% (Fifteen percent) of the total HPBSE project cost as per the contract

signed between SITEG and the selected vendor.

We agree for unconditional acceptance of all the terms and conditions set out in the tender

document.

We confirm that the information contained in this proposal or any part thereof, including its

exhibits, schedules, and other documents and instruments delivered or to be delivered to the

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 46

SITEG is true, accurate, and complete. This proposal includes all information necessary to ensure

that the statements therein do not in whole or in part mislead SITEG as to any material fact.”

It is hereby confirmed that I/We are entitled to act on behalf of our corporation/company/

firm/organization and empowered to sign this document as well as such other documents,

which may be required in this connection.

Dated this Day of 2010

(Signature) (In the capacity of)

Duly authorized to sign the RFP response for and behalf of:

(Name and Address of Company) (Seal/Stamp of bidder)

Witness Signature:

Witness Name:

Witness Address:

CERTIFICATE AS TO AUTHORIZED SIGNATORIES

I, certify that I am Secretary of the …………………………………, and

that……………………………….who signed the above bid is authorized to bind the corporation by

authoring of its governing body.

(Secretary)

Date

(Seal here)

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 47

Annexure III Bill of Material

Note : This BOM is Minimum, Bidder need to optimize this in order to meet SLAs

SN Components QTY Make & Model

Hardware Components

1. Database Server (DIT, Shimla) 2

2. Application Server (DIT, Shimla) 2

3. ECM Server (DIT, Shimla) 2

4. Management Server (DIT, Shimla) 2

5. Web Server (DIT, Shimla) 2

6. Backup Server (HPBSE, Dharmshala) 1

7. SAN (4 TB) (HPBSE, Dharmshala) 1

8. SAN Switch (HPBSE, Dharmshala) 2

9. Link Load Balancers (DIT, Shimla) 1

10. Server Load Balancer (DIT, Shimla) 1

11. Core Switch (HPBSE, Dharmshala) 1

12. Tape Library (Please read the points 6 & 7 below)

2

13. WAN (HPBSE, Dharmshala) 1

14. Database Encryption Hardware Device 1

15. Rack – 42 U (HPBSE, Dharmshala) 2

16. Desktops for persons at Backup Site (HPBSE, Dharmshala)

2

17. Printers for persons at Backup Site (HPBSE, Dharmshala)

2

18. Scanners for persons at Backup Site (HPBSE, Dharmshala)

2

19. Scanners for Examination Cell (HPBSE, Dharmshala)

3

System Software

20. Operating Systems for Servers As required

21. USB Digital Signature + OTP Tokens 400

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 48

22. EMS including Backup Software 1 set

23. Enterprise Content Management System As per the solution

proposed by vendor

Should provide the details including

licenses

24. Database Server As per the solution

proposed by vendor

Should provide the details including

licenses

25. Application and Portal Server As per the solution

proposed by vendor

Should provide the details including

licenses

Office Equipments

26. Laptops 3

27. Desktops 65

28. Latest MS – Office 22

29. 17” Wide TFT Monitor, PS2 Multimedia Keyboard, PS2 Mouse

260

30. N-Computing devices for connecting 5 monitors, 5 Keyboards & 5 mouse

55

31. UPS For Desktops (1 KVA) 65

32. Bio Metric Device 2

33. Printers 20

34. LAN Switch 24 Port 15

35. LAN Switch 8 Port 20

36. UPS 5 KVA 1

Site Preparation for back up site

37. Power Cabling and Power Points 1

38. Electrical Distribution System 1

39. 10 KVA UPS 2

40. AC 2 Ton (With Stabilizer) 2

41. CCTV Based surveillance System 1

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 49

42. Fire & Smoke Detection and Alarm System 1

43. Automatic Fire Suppression system 1

44. Pest & Rodent Repellent System 1

45. Access Control System 1

46. 30 KVA DG Set 1

47. Civil Works and interiors including LAN 1

Networking

48. Networking As per actual

Application Software

49. Application Software for HPBSE 1

50. Any other components

Note:

1. Vendor should provide all relevant details for each of the product proposed as per Bill of

Materials

2. Vendor needs to mention all the components that it proposes to be used for this

assignment.

3. Vendor needs to specifically mention all components proposed to be used/procured specific

to the HPBSE Implementation.

4. In case of procurement of licenses by vendor for specific use of this project, then they

should be procured by the name of SITEG only.

5. Vendor should provide the details of all the licenses (RDBMS, application server, operating

server etc.).

6. DIT Shimla has existing 6TB SAN Storage. SAN requirement are mentioned in the RFP are

for Dharamshala Site. One more tape library is required for DIT, Shimla.

7. As mentioned above there is existing SAN Setup at Shimla. As HP Education is looking for a

replication solution which can work well for Heterogeneous Storages. Replication Solution

should not overload Server Host CPU/Memory Resources.

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 50

Annexure IV Technical Evaluation Criteria

The vendor is expected to explain the methodology through which he will address the technical

requirements to meet the expected performance requirements as specified in RFP Vol I and II.

The vendor shall list down the sub requirement within each parameter depicted in the left

vertical pane of the following table (Technical Evaluation Criteria) against each technology

component. In the Reference column the vendor shall give a reference (page no.) to the place in

the proposal where he has dealt with that issue.

The bidder may use one architecture diagram to address more than one evaluation parameters

Technical Evaluation Criteria

S. No. Parameters Maximum Points

Evaluation Criteria

Minimum Qualifying Score/Supporting

Reference

A Organizational Capability- 40 24 out of 40

(a) Project Value of Similar Nature i.e.

covering all four components :

a) Software Development

b) Hardware Installation,

maintenance and support

c) Facility Management

Services

d) Training to Employees of

organization

8 >=6 Crore – 8 points

>=4 Crore to 6 Crore – 6 points

>=2 Crore to 4 Crore - 4 points

>=1 Crore to 2 Crore – 2 points

Work order and Experience certificate

(b) Implementation of Education Board /

Examination Management Solution

for any Government/private

institutions.

8 2 points for each successfully completed project – up to 4 projects

Work order and Experience certificate

(c ) Experience in implementing Double

Entry System for Financial

transactions

2 0.5 points for each successfully completed project – up to 4 projects

Work order and Experience certificate

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 51

S. No. Parameters Maximum Points

Evaluation Criteria

Minimum Qualifying Score/Supporting

Reference

(d) Experience of Implementing web

portal for Government organizations

2 0.5 points for each successfully completed project – up to 4 projects

Work order and Experience certificate

(e) Number of Projects implemented with LAN nodes including software development

6 >=500 LAN Nodes = 6 points

>=300 to <500 LAN nodes = 4 points

>=100 to <300 LAN nodes= 2 points

Self certified document

(f) Number of projects having facility management activities for duration of 3 years

6 >=5 Projects = 6 points

>=3 Projects to >5 Projects = 4 points

>3 Projects = 2 points

Work order including scope of work

(g) Experience in providing training to 200 employees under single IT implementation project

4 1 point for each successfully completed project – up to 4 projects

Work order and Experience certificate

(h) No. of ongoing projects of similar nature being handled at present by the organization

4 1 point for each project – up to 4 projects

Work order and Experience certificate

B Experience of Application Development and Implementation in Government

15 9 out of 15

(a) Project of value more than 50 Lac providing services to employees and citizens/students/schools with online

10 2 point for each successfully

Work order and Experience

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 52

S. No. Parameters Maximum Points

Evaluation Criteria

Minimum Qualifying Score/Supporting

Reference

application and delivery, online payments etc.

completed project – up to 5 projects

certificate

(b) Multi-location operations 5 1 point for each successfully completed project – up to 5 projects

Work order and Experience certificate

C Proposed Methodology / Process / Plan

5 3 out of 5

(a) Proposed Implementation Plan including week wise activities.

2 Clarity and detail of the document

Proposal

(b) Proposed Training Management Plan, Risk Management, transition management and Change Management Process

3 Clarity and detail of the document

Proposal

D Proposed Human Resources

15 9 out of 15

(a) Details of project Team dedicated for this project – Technical Skill Sets, Experience in Similar Projects, Certifications relevant to the role described in Annexure X

15 Experience, Qualification and skills of resources as desired in Annexure X

Proposal

E Proposed Solution for eGovernance Project at DIT

25 15 out of 25

(a) Understanding of Project Requirements

3 Clarity and detail of the document

Proposal

(b) Technologies Proposed 3 Clarity and detail of the document

Proposal

(c) Solution Design & Approach 2 Clarity and detail of the document

Proposal

(e) Security Architecture 2 Clarity and Proposal

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 53

S. No. Parameters Maximum Points

Evaluation Criteria

Minimum Qualifying Score/Supporting

Reference

detail of the document

(f) Service Delivery Approach 2

Clarity and detail of the document

Proposal

(g) Helpdesk, Incident, Problem Management Plan

2 Clarity and detail of the document

Proposal

(i) Proposed Scanning Solution 3 Clarity and details of the document

Proposal and demo (if required)

(j) Data digitization, Migration and Quality assessment plan and methodology

3 Clarity and detail of the document

Proposal

(k) Technical Presentation 5 Clarity and detail in the presentation and replies to queries

Presentation

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 54

Annexure V Format for Submission of Resume

S No. Item Details

1. Name

2. Profession/Present

Designation

3. Years with firm

4. Total Experience (# of Years)

5 Nationality

6. Area of Specialization

7. Proposed Position in Team

8. Key Qualification/Experience Under this heading give outline of staff members

experience and training most pertinent to

assigned work on proposed team. Describe

degree of responsibility held by staff member on

relevant previous assignments and give dates and

locations. Use up to half-a-page.

9. Education Under this heading, summarize college/

university and other Organization education of

staff members, giving names of colleges, dates

and degrees obtained. Use up to quarter page.

10. Experience

Under this heading, list of positions held by staff

member since graduation, giving dates, names of

employing Organization, title of positions held

and location of assignments. For experience in

last ten years also give types of activities

performed and Owner references, where

appropriate. Use up to three quarters of a page.

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 55

Annexure VI Format for Providing Citations

S.No. Item Guidelines Attachment

Ref. No. for details

1. Name of the project

2. Client Details Name; Contact Person’s name

and no.

3. Relevant Work Area/

domain

Please specify the area of

work/domain relevant to the

requirement of this RFP.

4. No. of locations Please specify no. of locations for

implementation

5. Scope of Work Provide Scope of Work; highlight

Key Result Areas expected and

achieved

6. Scope of the Project Provide details of the project

scope

7. Contract Value Provide particulars on contract

value assigned to each major

phase and milestone.

8. Project Completion

Date

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 56

Annexure VII Format for Statement of Deviation(s)

Format for statement of deviation from scheduled requirements:

S.NO. REFERENCE

(CLAUSE NO. & PAGE NO.)

DEVIATION IN PROPOSAL BRIEF REASON

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 57

Annexure VIII Request for Clarifications

SITEG, Department of Information Technology, Government of Himachal Pradesh

Bidder’s Request For Clarification

Name of Organization submitting

request

Name & position of

person submitting

request

Address of organization

including phone, fax, email

points of contact

Tel:

Fax:

E-mail:

S.

No.

Bidding Document Reference

(Volume/Number/page)

Content of RFP requiring

clarification

Points of Clarification

required

1

2

3

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 58

Annexure IX Formats for Commercial Quotations

SN Components QTY Make & Model Price

Hardware Components

1. Database Server (DIT, Shimla) 2 Price

2. Application Server (DIT, Shimla) 2

3. ECM Server (DIT, Shimla) 2

4. Management Server (DIT, Shimla) 2

5. Web Server (DIT, Shimla) 2

6. Backup Server (HPBSE, Dharmshala)

1

7. SAN (4 TB) (HPBSE, Dharmshala) 1

8. SAN Switch (HPBSE, Dharmshala) 2

9. Link Load Balancers (DIT, Shimla) 1

10. Server Load Balancer (DIT, Shimla) 1

11. Core Switch (HPBSE, Dharmshala) 1

12. Tape Library (HPBSE, Dharmshala) 2

13. WAN Router (HPBSE, Dharmshala) 1

14. Database Encryption Hardware Device

1

15. Rack – 42 U (HPBSE, Dharmshala) 2

16. Desktops for persons at Backup Site (HPBSE, Dharmshala)

2

17. Printers for persons at Backup Site (HPBSE, Dharmshala)

2

18. Scanners for persons at Backup Site (HPBSE, Dharmshala)

2

19. Scanners for examination cell (HPBSE, Dharmshala)

3

System Software

20. Operating Systems for Servers As required

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 59

21. USB Digital Signature + OTP Token 400

22. NMS s/w for monitoring the LAN established in HPBSE including Backup Software

1 set

23. Enterprise Content Management As per the solution

proposed by vendor

Should provide the

details including licenses

24. Database Server As per the solution

proposed by vendor

Should provide the

details including licenses

25. Application and Portal Server As per the solution

proposed by vendor

Should provide the

details including licenses

Office Equipments

26. Laptops 3

27. Desktops 65

28. Latest MS – Office 22

29. 17” Wide TFT Monitor, PS2 Multimedia Keyboard, PS2 Mouse

260

30. N-Computing devices for connecting 5 monitors, 5 Keyboards & 5 mouse

55

31. UPS for Desktops (1 KVA) 65

32. Bio Metric Device 2

33. Printers 20

34. LAN Switch 24 Port 15

35. LAN Switch 8 Port 20

36. UPS 5 KVA 1

Site Preparation for back up site

37. Power Cabling and Power Points 1

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 60

38. Electrical Distribution System 1

39. 10 KVA UPS 2

40. AC 2 Ton (With Stabilizer) 2

41. CCTV Based surveillance System 1

42. Fire & Smoke Detection and Alarm System

1

43. Automatic Fire Suppression system

1

44. Pest & Rodent Repellent System 1

45. Access Control System 1

46. 30 KVA DG Set 1

47. Civil Works and interiors including LAN

1

Networking

48. Networking at HPBSE and other places as per specifications

As per actual

Application Software

49. Application Software for HPBSE 1

50. Any other components

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 61

Annexure X Declaration regarding acceptance of all terms and conditions

mentioned in tender

To,

The Member Secretary,

Society for Promotion of Information Technology and e-governance,

STPI Building,

24, SDA Complex,

Kasumpti,

Shimla.

Sir,

I have carefully gone through the Terms & Conditions contained in the Tender

Document [Tender No. __________________] regarding design, development, installation and

maintenance of HPBSE solution. I declare that all the provisions of this Tender Document

contained the RFP document are acceptable to my Company. I further certify that I am an

authorised signatory of my company and am, therefore, competent to make this declaration.

Yours very Truly,

Name: _______________________

Designation:______________________

Company: _____________________

Address: ______________________

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 62

Annexure XI Declaration regarding past track record

To,

The Member Secretary,

Society for Promotion of Information Technology and e-governance,

STPI Building,

24, SDA Complex,

Kasumpti,

Shimla. Sir,

I have carefully gone through the Terms & Conditions contained in the Tender

Document [Tender No. _______________] regarding Design, development, installation and

maintenance of HPBSE solution. I hereby declare that my company has not been debarred/black

listed by any Government / Semi Government organizations for quality/ service products nor is

there any pending dispute regarding short shipment/ installation/service. I further certify that I

am an authorized signatory of my company and am, therefore, competent to make this

declaration.

Yours very Truly,

Name: ___________________________

Designation: _______________________

Company: _________________________

Address: __________________________

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 63

Annexure XII Marks Distribution and evaluation of Manpower

Role Number of completed Projects (At least 1

project of value more than 50 Lacs)

Marks

Project Manager (PMP,

PRINCE 2, PMI certified)

4 or More 2

3 1

Business Analyst 3 or More 2

2 1

Software Engineer 3 or More 3

2 2

Database Administrator 3 or More 2

2 1

System Administrator 3 or More 2

2 1

Network Administrator 4 or More 2

3 1

Marks for Additional Resources:

Role No. of Resources Marks

Additional Resources 3 or more 2

2 or less 1

Note:

1) Incase if the proposed manpower for a specific role is more than 1 then the

average of the marks will be allocated against the role. It is sole discretion of

SITEG to verify the background of the manpower proposed by the vendors.

2) All manpower provided by vendor should be on roll with prime bidder. Prime

bidder has to provide the declaration for the same.

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 64

Minimum Skills Requirement

JOB TITLE: Project Manager

GENERAL SUMMARY: Manages analysis, design, development, testing, implementation and

documentation of software projects that vary in scope and complexity. Ensures projects are

completed according to software development life cycle and as per project plans by managing

development team effectively. Troubleshoots and resolves or recommends alternative solutions

to highly complex software problems and issues.

ESSENTIAL JOB FUNCTIONS:

o PMP /Prince 2 Certified PM

o Manages analysis, design, development, testing, implementation and documentation of

major software projects that vary in scope and complexity.

o Identifies and evaluates project and business requirements and develops recommendations

for implementation.

o Ensures that projects are completed according to software development life cycle and

project plans.

o Participates in development of group’s strategic plans and develops, implements, and

communicates department goals and objectives.

o Troubleshoots and resolves or recommends alternative solutions to highly complex software

problems and issues.

o Establishes, implements, and communicates software development standards.

o Communicates department and company policies and procedures.

o Participates in developing test suites and ensures overall quality of coding, testing and

debugging of software.

o Develops and implements department budget and operating plan.

o Monitors expenditures to ensure operation is within established budget.

o Maintains project plan, manages engineers, and communicates effectively with upper

management as well as team members.

REQUIRED SKILLS AND COMPETENCIES:

o Comprehensive knowledge of software engineering methodologies, principles and practices.

o Comprehensive knowledge of related software languages.

o Comprehensive knowledge of related systems, applications or products.

o Thorough knowledge of test design and configuration.

o Good written and verbal communication skills.

o Good presentation skills.

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 65

o Ability to manage and direct employees.

o Ability to make and execute immediate decisions.

o Ability to troubleshoot and resolve or recommend solutions to highly complex software

problems for major software programs.

o Ability to manage multiple projects simultaneously. Ability to research, test, analyze and

interpret highly complex technical data and provide recommendations.

o Ability to interact diplomatically with a variety of individuals at various organizational levels.

o This role requires the following qualities:

§ Conflict Management – Effectively copes with change.

§ Customer Focus – Is dedicated to meeting the expectations and requirements of

internal and external customers.

§ Developing Direct Reports – Provides challenging and stretching tasks and

assignments.

§ Informing – Provides the information people need to know to do their jobs.

§ Integrity and Trust – Is widely trusted.

§ Listening – Practices attentive and active listening.

§ Managerial Courage – Doesn’t hold back anything that needs to be said.

§ Negotiating – Negotiates skillfully in tough situations with both internal and

external groups.

§ Dealing with Paradox – Is very flexible and adaptable when facing tough calls.

§ Peer relationships – Encourages collaboration.

§ Priority setting – Spends his/her time and the time of others on what’s

important.

§ Problem solving – Uses rigorous logic and methods to solve difficult problems

with effective solutions.

§ Drive for results – Can be counted on to exceed goals successfully.

§ Self Knowledge – Knows personal strengths, weaknesses, opportunities and

limits.

§ Standing Alone – Can be counted on when times are tough.

§ Building Effective Teams – Defines success in terms of the whole team; creates a

feeling of belonging in the team.

MINIMUM QUALIFICATIONS:

Education: BE/B.Tech./ degree in engineering, computer science or MCA or equivalent

education with minimum Experience: 8+ years’ software engineering and/or product

development experience, including two year direct supervision and/or project lead experience.

Desirable: Master’s degree in computer science, business administration or related field.

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 66

JOB TITLE: Business Analyst

ESSENTIAL JOB FUNCTIONS:

o Responsible for work that is less defined in scope & has the understanding & experience to

execute business objectives.

o Experience in business requirement gathering, developing functional requirement

specifications, documenting application use cases & workflow.

o Business analysis experience in creating web applications.

o Experienced in developing Government applications a plus.

o Should have conducted interviews, fact-finding, and independent research to design

creative, progressive IT solutions for business problems.

o Ability to create functional designs from business requirements.

o Experienced in Data Models, Data Mapping, Data Design and Data Quality.

o Experienced in handing over of functional designs to the developers (who create technical

designs and coding).

o Ability to develop Functional/User Acceptance test plans and scenarios.

o Ability to review the technical designs – to make sure that functional designs are correctly

translated.

o Ensures that the system gets developed according to specification and is thoroughly tested.

REQUIRED SKILLS AND COMPETENCIES:

o Experience of doing Business Analysis, Process maps, Use cases, UML diagrams for at least 3

projects.

o Ability to interact with clients to understand system requirements.

o Ability to document system requirements where they can be understood by a development

team (writing functional specification).

o Ability to Design and monitor the user acceptance test plans and test cases.

o Proficient in using tools such as Excel and Visio (Similar tools) for analysis, process mapping

MINIMUM QUALIFICATIONS:

Education: BE/B Tech/ degree in engineering, computer science or MCA or equivalent education

Minimum Experience: Minimum 3 years of relevant experience especially in the areas of

requirements gathering, analysis and documentation.

Desirable: Master’s degree in computer science, business administration or related field.

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 67

JOB TITLE: Database Administrator

ESSENTIAL JOB FUNCTIONS:

o Experience and certified DB administrator

o Installation, configuration and upgrading of Proposed RDBMS server software and related

products

o Evaluate Proposed RDBMS features and its related products

o Establish and maintain sound backup & recovery policies and procedures

o Database design and implementation

o Implement and maintain database security

o Perform database tuning and performance monitoring

o Setup and maintain documentation and standards

o Plan growth and changes (capacity planning)

o Work as part of a team and provide 7x24 support when required

o Perform general technical trouble shooting (Trouble ticket handling)

o Provide support to development teams (pre-launch review/tuning)

o Interface with OEM for technical support.

o Project planning at both the technical and executive levels

o Comfortable dealing directly with managers and clients

o Add to these, soft skills like (drive, proactive and willing to learn...)

o Familiarity with the proposed operating systems.

o Certification in Proposed RDBMS will be act as an advantage

o Project planning experience

o Experience in a managed service provider (MSP)

Education: BE/BTech/ degree in engineering, computer science or MCA or equivalent

education.

Minimum Experience: Minimum 6 yrs experience Minimum 6 yrs experience in Proposed

RDBMS, disaster recovery, Advanced knowledge of SQL, Strong understanding of Relational

Database Management Systems, Experience with 24x7 operational database, experience

working with off-site colleagues. Certified profession on the RDBMS proposed by vendor.

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 68

JOB TITLE: Software Engineer

GENERAL SUMMARY: Develops, tests, document software modules, features, and/or

components of software programs based on specifications. Participates in design, codes, tests,

and debugs new software or enhances existing software.

ESSENTIAL JOB FUNCTIONS:

o Analyzes and designs software modules, features or components of software programs and

develops related specifications.

o Participate in designs, develops, tests, documents and maintains complex software

programs for assigned systems, applications and/or products.

o Codes, tests and debugs new software or enhances existing software.

o Troubleshoots and resolves or recommends solutions to complex software problems.

o Assists management with the planning, scheduling, and assigning of projects to software

development personnel.

o Ensures product quality by participating in design reviews, code reviews, and other

mechanisms.

o Interacts effectively with Quality Assurance team.

o Participates in developing test procedures for system quality and performance.

o Develops and maintains software schedules.

o Writes and maintains technical documentation for assigned software projects.

o Provides initial input on new or modified product/application system features or

enhancements for user documentation.

o Reviews user documentation for technical accuracy and completeness.

o Documents system/environment dependent characteristics and user installation

instructions.

REQUIRED SKILLS AND COMPETENCIES:

o Very strong knowledge of software development tools and methods.

o Very strong knowledge of related software languages.

o Very strong knowledge of test design and configuration.

o Very strong knowledge of related systems, applications, products and services.

o Good written and verbal communication skills.

o Ability to test and analyze data and provide recommendations.

o Ability to identify and resolve or recommend solutions to moderately complex problems.

o Ability to organize tasks and determine priorities.

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 69

MINIMUM QUALIFICATIONS:

Education: BE/BTech. degree in engineering, computer science or MCA or equivalent education.

Minimum Experience: 3+ year’s software development experience, including experience

developing, testing and maintaining moderately complex software programs. Preferably

Certified candidate on the technology proposed in Solution.

JOB TITLE: Network Administrator

GENERAL SUMMARY: Implement and provide operational support for LAN/WAN/Internet architectures that include hardware and software platforms. Coordinates network system planning, installing, monitoring, testing and servicing. Maintains reports on LAN/WAN performance to ensure service level agreements are met. ESSENTIAL JOB FUNCTIONS: o Provide implementation assistance to infrastructure and commercial support groups for

local and wide area networks including security. o Conduct ongoing maintenance of network standards, procedures and processes for large

multi protocol network. o Test new network and security technology. o Provide full documentation of network additions and enhancements including detailed

topology diagrams and implementation project plans. o Document procedures and reference materials for use in training and troubleshooting. o Develops and executes detailed test and acceptance plans. Provides feedback to vendors

regarding problems or issues. REQUIRED SKILLS AND COMPENTENCIES: o In depth understanding of data communications protocol and LAN/WAN technologies

including OSPF, RIP, EIGRP, ATM, Ethernet, Layer 2, Switching, Routers, Frame Relay. o General knowledge of firewalls and security practices. o Strong written and verbal communication skills. o Ability to identify and resolve moderate to complex network problems using network

management tools and methodologies. o Ability to train associates. o Excellent oral and written communication skills. MINIMUM QUALIFICATIONS: Education: BE/BTch/BSc/MCA/Diploma degree in engineering, computer science, or related field or equivalent education and experience. Must have CCNA or CCNP certification. Minimum Experience: 5+ years of network engineering experience involving the network level 3 support and analysis of networks and systems.

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 70

Desirable: Working knowledge of layer 2 switch technology, specifically experiences with frame relay and ATM principles, protocols, and Cisco ASA administration. Knowledge of X.25, SNA, BSC, and xDSL protocols along with STUN and DLSW.

JOB TITLE: System Administrator

GENERAL SUMMARY: Manage medium scale IT infrastructure and IT team. Develop and meet team goals by administering and maintaining the proposed systems within the datacenter including development and test systems. ESSENTIAL JOB FUNCTIONS: o Ensures availability and integrity as per the proposed solution by practicing sound systems

administration practices; managing access and resource sharing using NIS, NFS, and auto-mounter; installing hardware and software upgrades; performing systems backups on a regular and ongoing basis.

o Administer the Network Information Services database, Firewalls, and Internet Mail, and the Domain Name Service (add and remove hosts; resolve problems).

o Provides technical support to users by answering questions and inquiries; analyzing and resolving problems; creating development and test environments.

o Performs capacity planning by analyzing computer resource usage data; planning for growth, upgrades, and replacements.

o Analyzes, installs, maintains and upgrades computer hardware and software on the propose system, Windows, Storage Area Networks, and/or other related systems.

o Determines long range requirements and operational guidelines. o Proposes and implements systems enhancements that will improve the reliability and

performance of the system, including security integrity controls. o Monitors usage and performance. o Develops administrative scripts and utility programs for various operating systems. o Assists in formulating and monitoring policies, procedures and standards that impact

systems. o Troubleshoots and resolves all operating systems related errors and failures and recovers

data. o Conducts auditing activities and resource utilization studies on servers to ensure adequate

server memory. o Plan and implement activities such as backup, monitoring, upgrades, etc. for overall systems

and network management.

REQUIRED SKILLS AND COMPENTENCIES:

o Strong skills in the proposed solution o Excellent analytical and problem-solving skills; ability to define problems, collect data,

establish facts, and draw conclusions; o Good interpersonal/customer relations skills

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 71

o Ability to develop strategies to address short and long term needs of users o Clear and concise verbal and written communications; ability to express complex technical

concepts in easy to understand terms, both verbally and in writing o Self-motivated, ability to work under general supervision o Excellent experience with programming or scripting and a solid understanding of relational

database issues. o Possess excellent communication skills, when communicating within the organization and

with outside vendors as well as in a technical forum. MINIMUM QUALIFICATIONS:

Education: BE/BS/B.Tech or equivalent. Experience: o 8+ years in managing medium to large data center and server systems. o Hand-on experience in proposed system administration, network administration, hardware

maintenance, customer support, software licensing. o Strong hands-on working knowledge of networks, Firewalls, Proxy servers, and other

security configurations. o Relevant experience in a commercial computing environment that includes systems

administration, operations administration or configuring and maintaining pc/servers. o Previous experience in managing a 7X24 commercial computer environment

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 72

Annexure XIII Indicative Specifications

Note: Bidders can quote equivalent and better

1. Servers

Blade Chassis/Enclosure

Blade Chassis shall accommodate the specified maximum number of Blade Servers

with hot swappable HDD, Interconnect Modules, Power supplies, Fans and

Management Modules with following features

Blade Chassis Specifications

Parameter Specification

Description Shall provide common resources for the Blade Servers like power,

System Management, Cabling, Ethernet Management and

extension, External fiber Channel Storage switching and

connectivity. Chassis with all redundancy features. The same

chassis should support Server blades, Storage Blades & Tape

based Blades. (It is clearly mentioned that the Blade chassis shuld

support Server blades, Storage Blades and Tape based blades)

Blade Bays and I/O

bays

Chassis to accommodate min 8 or higher hot pluggable half

height/width blades servers with SAS hard disks. Minimum 8 I/O

bays with minimum 4 fabric support (Specs are indicative and SI

can quote equivalent or better)

Mid-Plane High-Availability Dual Path Midplane or passive midplane for

providing two-way communication paths for Ethernet, Fiber

Channel Switches, Power Supply and Management Signals and

should be able to support with minimum throughput of 6 Tb/s

(Specs are indicative and SI can quote equivalent or better)

Fiber Channel Switch 2 Nos of 8Gbps Fiber channel switch modules. There shall be min.

4 ext. ports and provision for internal ports for communicating to

each blade server that needs to be connected to the external

SAN.

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 73

Ethernet Switch

Module

Adequate Nos of Gigabit Layer 2+ Ethernet Switch Module

(Minimum 2 switch modules) with minimum 8 up-link ports. The

switches shall have internal ports for communication to all the

blades populated in the Blade Chassis. Internal switches shall

have 2*10GbE uplinks that also supports Stacking. The Switch

should also support I/O Virtualization.

Management

Modules

Dual redundant management modules to communicate with the

system management processors on the blade server. The

Management Modules shall be capable of complete remote

management. (Specs are indicative and SI can quote equivalent

or better)

Cooling Dual hot swap variable speed fans for Cooling the chassis fully

redundant.

Power Module Power Supplies shall be hot swappable and shall be supplied in

adequate numbers so as to ensure n+n redundant power supply

is there for completely populated chassis with 16 numbers of half

height servers with SAS hard disks .

Blade Server Specifications

The specification of each blade server is as follows.

Item Description

Processor and

Chipset

Minimum 2 Nos of Xeon 7500 series, 6/8 core processor

per blade, Rest SI need to optimise this to meet desired

SLA

Memory 32 GB DDR-III Support up to 64 GB

HDD 2 x 146 GB hot plug SAS HDD with support for RAID 1

HDD Bays Minimum 2

I/O Slots Minimum one number of Mezzanine Adapter Slots

Ethernet

4 nos of 10/100/1000 gigabit Ethernet onboard. (Specs

are indicative and SI can quote equivalent or better)

HBA 1 x dual port FC 8Gbps HBA

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 74

2. SAN (4 TB) (HPBSE, Dharmshala)

Make & Model Offered - (To be filled by the bidder) Compliance

(Yes/No)

The storage array should support industry-leading Operating System platforms

& Clustering including: Windows 2000 (Advanced Server), Windows Server

2003 (Enterprise Edition), Sun Solaris, HP-UX, IBM-AIX, Linux etc.

Offered Storage Array shall be configurable in a No Single Point of

configuration including Array Controller card, Cache memory, FAN, Power

supply etc.

The storage array should have a dual redundant dedicated path for cache

mirroring.

The storage array should support hardware based RAID 0, 1, 4/5 and 10/6

levels

The array should support dynamic expansion using both striping and

concatenation

Minimum Cache Size is 8GB, Should be able to scale upto 32GB cache with

controller upgrade

4 TB usable after RAID 5/6

The array should be supplied with software to create snapshot/point in time

copy and clone/volume copy for the entire capacity of the array

Must provide automatic monitoring of disk drive health at disk sector level for

bad sectors and initiate a proactive background drive rebuilt on failing drives.

The storage array should support global distributed online hot spare.

The array should be supplied with virtual/thin provisioning

The storage array should be IPv6 ready.

Online database backup license for servers.

Should support unlimited client license

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 75

3. SAN Switch (HPBSE, Dharmshala)

Make & Model Offered - (To be filled by the bidder) Compliance

(Yes/No)

The SAN switch should have adequate populated ports to cater for the

redundancy in connectivity from any other equipment.

Switch should have non-blocking architecture

All 24 ports should be concurrently active

Throughput of each port in the SAN switch should be 4 Gbit/sec full duplex

with no over-subscription.

Switch should protect existing device investments with auto-sensing 1, 2, 4

Gbps capabilities.

All the ports should operate at min 4Gbps in a nonblocking backplane

All the ports should auto-negotiate to 4Gb/2Gb FC speeds.

Setting of the port speed to 4Gbps or 8Gbps from the lower speed should not

impact the other ports in the same port blade.

All the SAN Switch components should be hot swappable

All the SAN Switch components should be field replaceable units

The SAN switch should provide the redundancy at cooling and power levels

to meet the desired SLA's

Power supply and fan assembly should have different FRU.

The SAN Switch should support Virtual Fabrics feature

The SAN Switch should enable partitioning of a physical SAN into logical

fabrics

The SAN Switch should provide advanced zoning capabilities

The SAN Switch should allow health monitoring capabilities

The SAN Switch should allow performance monitoring capabilities

The SAN Switch should have support for web based management

The SAN Switch should support CLI.

The SAN Switch should support option to configure the switches with alerts

based on threshold values for temperature

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 76

4. Link Load Balancers (DIT, Shimla)

Make & Model Offered - (To be filled by the bidder) Compliance

(Yes/No)

Architecture

Should have a high performance purpose built hardware based solution with

dual core processor or better

Clustered Multiprocessor operating system

1 Gbps L7 Throughput scalable to 2 Gbps

Should have 4 Gbps throughput with 2000000 concurrent sessions. (SI can

quote equivalent or Better)

8 X 10/100/1000 Mbps fixed ports with optional 2GBIC slots for either fiber or

copper use are minimum. SI is free to select higher number of interfaces

Dedicated always on (AOM) out of band management port

Should have minimum 160 GB disk capacity

Should have indicator or front panel LCD screen

Should support RIP,OSPF

Should support VLAN,STP,LACP, Trunking

Should have minimum 4GB RAM

Performance

4 Million Concurrent Sessions

60K New connections per second at Layer 4

Should support 1 Gbps compression throughput

Should provide TCP optimization

Should Support Ipv6 environments

Load Balancing Features

Should provide Load balancing for inbound & outbound traffic

Selection of shortest path to destination based on load/Hops/response time

Least amount of Bytes

Least number of users/session.

Connection completion rate

Kilobytes /sec

Quality of Service

Packet rate (http request per sec 50000 or above)

Drop packet rate

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 77

Make & Model Offered - (To be filled by the bidder) Compliance

(Yes/No)

Cyclic or Round Robin.

weighted Cyclic or weighted Round Robin

SNMP Parameters, like router CPU utilisation etc

Autolast hop

Should support Static NAT & Dynamic NAT

Health Monitoring

Should provide individual health check for each link

Should be able to do health check on protocols like HTTP, SMTP, POP etc

In case of link failure traffic should be diverted to another link automatically

Should provide GUI interface to configure any health check

Should support internal of external system monitors

Transparent monitors, Manual Resume, Reverse Monitors

Should be possible to create health check monitors

Redundancy

Should Support high availability with active-active or active-passive with

session failover

Should support transparent failover between 2 devices

Serial Cable /Network based failover to reduce failover time less than 1

second

Network based failover for session mirroring, connection mirroring and

heartbeat check

Config autosync, manual sync to and from active and backup unit

Force standby and force offline mode

MAC Masquerading

Should have dual power supply

Bandwidth Management

Should provide bandwidth management based on any L3-L7 information

Should provide Minimum & Maximum bandwidth allocation limit

Should provide bandwidth borrowing between policies

Should provide rate limiting on peer to peer traffic

should be able to limit bandwidth for specific protocols

Device Management & Reporting

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 78

Make & Model Offered - (To be filled by the bidder) Compliance

(Yes/No)

Should provide HTTP/HTTPS interface management

Should provide troubleshooting and traffic analysis tool like tcpdump

Should provide SSH/Telnet interface

Should support SNMP V1, V2c, V3

Should provide LIVE reporting for traffic on each links

Should show total concurrent sessions, Throughput, new connection, CPU

usage, Memory Usage Graph for last 30 days on web based GUI

Should provide multiple config version option on the appliance

Should provide system, traffic logs on webGUI

Should be able to partition the appliance in different system

Role based admin access with roles like no access, Guest, Operator,

Application editior, Resource Administrator and Administrator

Should provide Network map of all the available and unavailable resources,

vip etc. SI can also manage this via HP open View which is available with DIT

Should have option to change the SSL certificate used for management of the

appliance

Should provide detailed historic reporting for link traffic

General

19" 1RU Rack mountable chassis ( Mounting kit / brackets to be supplied )

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 79

5. Server Load Balancer (DIT, Shimla)

Make & Model Offered - (To be filled by the bidder) Compliance

(Yes/No)

Architecture

Able to synchronize configurations, connection-states and persistence to

provide stateful-failover of applications.

Able to be deployed in both Active-Standby and Active-Active setups.

Able to detect system failure or shutdown/reboot, and perform failover to

ensure high availability, by using network and serial-connection based

heartbeat.

Able to perform failover based on hardware failure, system failure, SSL

accelerator failure, switch board failure, network failure and gateway failure.

Able to be deployed in a single arm (single subnet) network topology

environment.

Supports SOAP/XML messages from third party applications or devices to

modify configuration of the load balancer.

Supports both CLI via SSH and web-based GUI configuration and

administration.

Able to support multiple partitions/segments

Able to support links aggregation (802.3ad) and LACP (Link Aggregation

Control Protocol)

Delivery

Able to load balance ANY IP based application.

Able to support both TCP and stateless UDP (User Datagram Protocol)

applications.

Able to support static load-balancing algorithms such as round-robin, ratio

and priority (with minimum active members).

Able to support dynamic load-balancing algorithms such as fastest-response,

least-connections, combinations of fastest-response and least-connections,

and based on specific server resources (such as CPU, memory, network

utilization etc).

Able to support slow ramping of newly available servers to prevent

connection bombing.

Able to support content based application monitoring, such as HTTP/HTTPS,

FTP (passive/active), POP3, IMAP, SIP, SMTP, telnet, RADIUS, LDAP (with TLS

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 80

or over SSL), Oracle, MS SQL and SOAP.

Able to support external customized monitors to perform extended health-

checks on the servers and other devices.

Able to support composite monitors, such as M of N rule (eg. need only 2

successes out of 3 monitors).

Able to support persistence based on SIP (Session Initiated Protocol), SSL

session ID, source IP and destination IP.

Able to support different cookie persistence methods such as passive, insert,

rewrite and hashing.

Able to support persistence based on any variables in the packet header and

payload.

Able to support NAT and NAPT based on source and destination address.

Able to read into the FULL payload (data) of the packet to make traffic

management decision (pool selection, redirect, forward, reject, drop, log etc).

Able to read into HTTP header and make traffic-management decision based

on HTTP host, URI, method, version, cookie and browser type etc.

Able to control traffic flow based on the content of both outgoing and

returning traffic (bi-directional).

Able to support a mixed combinations of IPv6 and IPv4 virtual addresses and

nodes.

Able to support IPv6-IPv4 and IPv4-IPv6 translations.

Able to support 6in4 and 4in6 tunneling.

Able to support Ipv6 routing protocols such as RIPng, OSPFv3 and BGP4+.

Able to support MobileIPv6.

General

Shall be rack-mountable into standard 19”- wide rack.

Tenders shall specify the dimension of the switch

Shall support Fast Ethernet IEEE 802.3u) and/or Gigabit Ethernet ports (IEEE

802.3ab or 802.3z).

Shall be able to support the following load balancing algorithms that can be

simple to set up and configure.

Round Robin

Weighted Round Robin

Least Connections

Weighted Least Connections

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 81

Maximum Connections

Response Time

Observed (Least Conn + Fastest Resp)

Predictive (Observed over time)

Shall be able to support ‘sticky’ connections to servers based on the following

switching mechanisms:

URL switching policies

URL hashing

Cookie-based

Cookie-based hashing

SSL ID based

shall support at least one or more of the following configuration modes on

the console:

Command Line Interface

Text-menu driven

GUI-based

HTTP or HTTPS-based

shall support the following protocols and standards:

IEEE 802.3x Flow control

IEEE 802.1D Spanning Tree Protocol (STP)

IEEE 802.1p Packet Priority, shall include all eight (8) classes of services

IEEE 802.1q Virtual LAN (VLAN)

IEEE 802.1w Rapid Reconfiguration of Spanning Tree (RSTP)

IEEE 802.1ad Link aggregation

Should be able to manage SIP traffic

Should be able to optimized, encrypted, and optionally tunneled the data

between two locations in a symmetric deployment

Physical Specification -

Load Balancer should be a ASIC based or Multi CPU based

The appliance should have quad core processor with minimum 4 GB RAM

Appliance should have minimum 8 Gigabit copper ports

The appliance should have default throughput support for 4 Gbps

The appliance should support port based, protocol based and private VLAN,

STP, RSTP and MSTP

The appliance should support layer 3 to layer 7 load balancing algorithm

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 82

The appliance should support load balancing algorithm like persistent IP, sslid,

round robin, response based, least users/connections, cookie, header and

session based

The appliance should support 1000 Virtual services and 2000 servers

The appliance should support 1,20,000 new connections per second

The appliance should support multilevel health check for ensuring application

availability

The appliance should have and/or relationship to check various dependencies

for the application delivery

The appliance should have web and customized health check facility

SSL Features

The appliance should support 7500 SSL TPS

The appliance should have minimum 1 Gbps speed of SSL offloading bulk

throughput

The appliance should support use of password protect Certificate/Private Key

backup/restore to/from local disk or remote TFTP server, and through WebUI

The appliance should support Self generates CSR (Certificate Signing Request),

self-signed Certificate and private key for specified host.

The appliance should support HTTP to HTTPS location header rewrite for

better application delivery support

The appliance should have end to end ssl support to act as a SSL Server

and/or as SSL Client

Application Acceleration features

The appliance should have software features like application acceleration for

compression, caching, multiplexing and TCP buffering

The appliance should support 1.5 Gbps software based web compression

throughput

The Appliance should have TCP buffering for quick retransmission for lost

packets over Wan side

The appliance should have 1.5 GB of RAM based caching

Global server load balancing

The appliance should have Global server load balancing feature default or

provided from external appliance in High Availability at all sites

The appliance should support per hostname resolution statistics from the

GSLB module reporting

Clustering and failover

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 83

The appliance should be in High availability with clustering feature

The high available appliance should have single console for cluster

management

The appliance should support external failover console connection for fast

failover

Security

The appliance should have stateful Access control lists (ACLs) to selectively

allow traffic between ports

The appliance should support HTTP header and URL inspection for

performing rule based L7 application layer firewall features inbuilt with

appliance. Appliance should have Application security module default

Appliance should have security features like reverse proxy firewall, Syn-flood

and dos attack protection features from the day of installation.

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 84

6. Core Switch (HPBSE, Dharmshala)

Make & Model Offered - (To be filled by the bidder) Compliance

(yes/no)

Hardware

1. Core switch should have features as under:

a) High back plane speed (700 Gbps or more)

b) Active switching bandwidth should be 700 Gbps with offered modules.

c) The forwarding rate should be minimum 350 Mpps.

d) Should have 80 x 10/100/1000 Mbps Ethernet ports distributed over 2 line

cards required , 24 x 1000 BaseSX ports

2. Should have redundancy at various levels:

a) Should have redundant Power Supply

b) Should have redundant Switching engine. The switching & routing

performance claimed on the chassis should not degrade with failure of primary

switching and routing engine module.

3. Chassis should support 10G Technology

4. Support for 30,000 MAC addresses and 1,00,000 IP routes

5. Layer 2 Features:

Layer 2 switch ports and VLAN trunks

IEEE 802.1Q VLAN encapsulation

Support for at least 4000 Active VLANs.

Dynamic Trunking Protocol (DTP) or equivalent

VLAN Trunking Protocol or equivalent

802.1s,802.1w,IGMP snooping v1/v2/v3

Port trunking technology across line cards

6. Layer 3 Features from day 1

RIPv1, v2, OSPF, BGP-4, IGMP v3, PIM, SSM, DHCP relay, HSRP/VRRP,IGMP

filtering on access and trunk ports, UDLD or equivalent, Spanning Tree protocol

802.1s, Spanning-tree root guard,802.1w, 802.3ad, 802.1-in-802.1 (QinQ) in

hardware,IPv4 & IPv6 in hardware with Wire-Rate L2 and L3 MPLS,

7. Standards

Ethernet : IEEE 802.3, 802.3u.803.3z,802.ab,802.3ae

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 85

Make & Model Offered - (To be filled by the bidder) Compliance

(yes/no)

IEEE 802.1D,802.1w,802.1s,802.1p,802.1Q,803.ad

RMON I / RMON II standards

8. High Availability

Shall support On-line insertion and removal for cards

Shall support fast reboot for minimum network downtime

Shall support stateful switch-over so that CPU forwarding is not impacted on

account of active CPU failure

Shall support storage of multiple images and configurations

Shall support link aggregation using LACP as per IEEE 802.3ad

Shall support VRRP or equivalent

The switch shall support service modules like WLAN, IPS etc

On power up the platform should use built-in system monitoring & diagnostics

before going online to detect failure of hardware.

9. Protocol Support

Shall support IPv6 features

Shall support RIPng and OSPFv3 for IPv6

Shall support Routing protocols like RIP ver1 (RFC1058)&2 (RFC 1722 and 1723),

OSPF ver2 (RFC2328), BGP4 (RFC1771)

Multicast routing protocols support : IGMPv1,v2 (RFC 2236), PIM-SM (RFC2362)

and PIM-DM

10. QoS

802.1p class of service (CoS) and differentiated services code point (DSCP) field

classification

Switch should support priority queuing, WRED, Packet classification, marking etc.

Should support 8 queues per port in hardware

11. Security Features:

Shall support multi-level of access

SNMPv3 authentication

SSHv2

AAA support using RADIUS and/or TACACS, which enable centralized control of

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 86

Make & Model Offered - (To be filled by the bidder) Compliance

(yes/no)

the switch and restrict unauthorized users from altering the configuration

Per port broadcast, multicast and unicast storm control to prevent faulty

end stations from degrading overall system performance.

Private VLANs (PVLANs) or equivalent

IP Access list to limit Telnet and SNMP access to router

Multiple privilege level authentication for console and telnet access

Dynamic Host Configuration Protocol (DHCP) snooping

Standard and extended ACLs on all ports

12. Switch Management

Shall have support for Web based management, CLI, Telnet and SNMPv1, 2c,v3

Shall support Secure Shell

Imbedded RMON support for four groups – history, statistics, alarms and events

Support for 9 RMON groups using external Probe

should support AAA features through RADIUS or TACACS +

Should support multiple levels of administration roles to manage and monitor

the device.

Should support Network Time Protocol.

Should be able to send and receive syslog and SNMP traps from devices.

Should support pre-scheduled system reboot facility for management ease.

The GUI management interface should provide real-time system and traffic

profiling, syslog monitoring real-time device monitoring.

Shall support Out of band management through Console and external modem

for remote management

Firewall and IPS

(Note: This can be provided through Internal/ External Hardware)

The firewall throughput performance should be at least 4Gbps and scalable to 8

Gbps.

The firewall should provide at least 1,000,000 concurrent connections". It is not

necessary to provide the internal firewall bidder can provide the external firewall

with compliance to the mentioned specs in HA mode with integrated IPS

functionalities.

Should provide at least 40,000 connections setup and teardown per second

The platform software version should be latest in the series.

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 87

Make & Model Offered - (To be filled by the bidder) Compliance

(yes/no)

Should have atleast 8 10/100/1000 ports (If external device)

Should be based on real time, secure, embedded operating system

Embedded web based management software and command line interface

support

Firewalling at layer 2 and layer 3 of the OSI layer.

Static route, RIPv2 and OSPF for routing

NAT and Port Address Translation feature

Configurations through a command Line interface as well as a GUI based

Should have AAA through RADIUS or TACACS (RFC 1492) protocol and should be

integrable with the AAA server asked for the network.

Should have Application inspection for standard applications like DNS, FTP, HTTP,

ICMP, etc.

Should have Management access through SSH and GUI console for managing the

firewall.

Should have Syslog and ACL logging.

Should perform intelligent packet filtering, blocking of malicious contents to

maximize security.

The device should be able to detect, respond to and report any unauthorized

activity.

Should have the capability of restricting the access through the Console or

Auxiliary interface to protect the devices from local threats.

Should support the multimedia of H.323, SIP, RTSP application inspection

support.

Device should have a support to protect the WAN network from known and

unknown network & application layer attacks, Denial of Service, malwares,

worms, network viruses, spyware, etc.,

Every data center would have two identical IPS to avoid single point of failure

and the secured operation at all time.

The throughput performance of the IDS and IPS has to be at least 2Gbps

If IPS is a dedicated appliance and should have atleast 8 10/100/1000 or Gigabit

ports

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 88

Make & Model Offered - (To be filled by the bidder) Compliance

(yes/no)

The system should be able to detect, respond to and report any unauthorized

activity.

IPS should support configurable (internal/ external) by-pass mechanism for any

software/ hardware/ power failure for four copper segments

Product should monitor the network traffic on the local LAN segment for signs of

attack like Denial of Service Attacks, pre attack probes.

The sensor should be capable of dropping; a single packet, an entire TCP flow, all

traffic from a possible attacking source

It should support traffic normalization to ensure that IP traffic such as fragments

are reconstructed correctly before being evaluated, dropped or forwarded.

It should support to monitor GRE and IPv4 in IPv4 encapsulated traffic

It should support to identify malicious traffic in IPv6 traffic

It should support inspection of IPv4 inside IPv6 to ensure that IPv4 attacks are

not getting encapsulated into IPv6 packets.

Should able to support failover mechanisms to avoid any single point of failures.

The system should work in a non-intrusive mode and be able to monitor all of

the major TCP/IP protocols, including IP, Internet Control Message Protocol

(ICMP), TCP, and User Datagram Protocol (UDP).

The IPS should be deliver a wide array of inline packet drop actions, including the

ability to drop single malicious packets, all packets within a flow that contains

multiple malicious packets, and all packets from the attacker’s IP address.

The IPS should allow the user to make policy-based decisions to permit or deny

certain types of traffic, such as the use of Peer to Peer traffic that can potentially

consume precious network bandwidth.

The system should statefully decode application-layer protocols such as FTP,

SMTP, HTTP, DNS, RPC, NetBIOS, , and Telnet

The IPS OEM should provide periodic signature updates. This signature updates

should be easily downloadable from the OEM website through the Internet.

Should allow users to modify the engine filtering logic such that it detects

incidents related to a subset of the network traffic (specific IP addresses, for

example).

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 89

Make & Model Offered - (To be filled by the bidder) Compliance

(yes/no)

Should support multiple VLANs on a single interface to monitor multiple subnets,

support IEEE 802.1Q

Should support rate-limiting capabilities to allow users to efficiently mitigate DoS

conditions.

After it detects an attack, the system should respond in the following

configurable ways:

Generate an alarm.

Log the alarm event.

Record the session to an IP session log

"Kill" the session by resetting TCP connections.

Should have anti-virus signatures for detecting and protecting possible attacks

coming through the viruses.

Should be manageable through CLI, GUI interface and SNMP

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 90

7. WAN router (HPBSE, Dharmshala)

Make & Model Offered - (To be filled by the bidder) Compliance

(Yes/No)

Architecture: Single box configuration & modular , high speed CPU ,

Multi-service capable

Memory: 256 MB DRAM , 64 MB Flash memory

The device must support minimum 150 Kpps packet forwarding rates for

different types of routers for 64 byte packets per second

Interfaces: 2 number of onboard Ethernet ports 10/100 Base TX ,

full duplex as IEEE 802.3u

1 number of Modular High speed WAN slots to support 2 Mbps circuits

One onboard USB port

1 port Serial WAN interface card (V.35) & 1 Nos V.35 cables

Should have support for VPN (3DES/AES) Encryption. Should have complete

Firewall, IPS features.

Should have support for IPSec VPN

RIPv1,RIPv2,BGP,OSPF

WAN protocols PPP, Multilink PPP, HDLC , Frame relay, 802.1Q

Network Network Address translation (NAT) , DHCP , IPSec VPN, Internet Group

Management Protocol (IGMP ) , IP Multicast , Protocol Independent Multicast

(PIM)

Security: IPSec DES , 3DES, AES, AAA Radius , L2TP , Standard &

Extended Access Lists ,Controlled SNMP Access ,Multiple Privilege Levels , PPP

PAP & CHAP , Firewall

Committed Access Rate(CAR) , Weighted Fair Queuing (WFQ) ,Class Based WFQ,

Weighted Random Early Detection (WRED) , IP Precedence

Management Console , SNMPv3 , CLI , Telnet , Web, SSH (All with

access control)

Power & operating temperature 230 V AC ,+/- 5 % , 50 Hz +/-1%, 0 to 40• C

Power supply Internal/ External

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 91

8. Rack – 42 U (HPBSE, Dharmshala)

Make and Model Compliance (Y/N)

Height 42U

Rack Type Floor mount with caster wheels

Wire

managers

Two vertical and four horizontal

Power

distribution

(10 points – 5Amp sockets) power

distribution

Door Glass door in front with lock

Fan trays With 4 fans

Depth 1000 mm

Metal Aluminium extruded profile

Side panels Detachable side panels

Width 19” equipment mounting, extra width is

recommended for managing voluminous

cables

Castors Suitable castors with brakes.

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 92

9. Desktops for persons at Backup Site (HPBSE, Dharmshala)

Desktop Specification Complied / Not

Complied

Operating system & Software

Genuine Windows 7 Professional 64-bit

Processor

Latest at time of bidding

Memory

4GB DDR3-1333MHz SDRAM

Hard drive

500GB 7200 rpm SATA 3Gb/s hard drive

Graphics card

512MB ATI Radeon HD 4350 [DVI, HDMI, VGA adapter]

Primary optical drive

16x max. DVD ROM (player)

Networking

Wireless-N LAN card

Memory card reader,

USB 2.0

Integrated Sound Card

Multimedia keyboard

Optical mouse

DVD/CD R/W

Network interface Integrated 10/100/1000Mbps (Ethernet)

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 93

10. Printers

Make & Model Offered - (To be filled by the bidder) Compliance (Yes/No)

Type Laser Printer Printing Speed

Mono 21ppm (A4 / plain paper)

Maximum Resolution

2400 x 600dpi

Memory 8MB Standard Connectivity

USB 2.0 Hi-Speed

Duplex Printing

Standard

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 94

11. Scanners

Make & Model Offered - (To be filled by the bidder)

Compliance (Yes/No)

Type Sheet Fed

Optical Resolution Min. 600 dpi

Duty Cycle Upto 3000 pages/ day

Multi-feed Detection

Required

ADF Min. 100 sheets capacity

ADF Speed Min 25 Pages Per Minute

Min Scan Size 8.5 X 14" for Legal and up to 12 x 17" Including Long Doc Mode

Scan File Formats PDF, Searchable PDF, TIFF, JPEG, BMP

Duplex Scan Single Pass Duplex Scan

Interface Hi-Speed USB 2.0 and SCSI-III

Drivers/ Software

Supported OS- MS-Windows XP/ Vista/ 7

OEM Scanning Software, Autozonning Intelligent Character Recognition with in -built form designer and Indexing software from a company of International reputation and must be having a proven record for data capture in Indian Government Projects.

The Vendor must also provide one software lic with each scanner integrated with scanner the software for post scanning Image processing like geometrical correction, 1dimentioanl Lighting Correction, 2D lighting correction, adjustment of histogram , area detection (to manually or automatically isolate the graphic components and text fields on your page), binarisation , color conversion, colorimetric curves, intelligent crop, deskew, filter, finger masking, geometrical correction, light and contrast, ICC profile, Program should be able to run all Photoshop scripts for image cleaning, polarity detection, ability to launch the OCR software from this Post image Processing software, Ability of batch processing and ability of running

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 95

in batch mode.

The OEM software should provide for Auto page size detection, Deskew, Text orientation recognition, Border removal, Skip blank page, Custom color dropout, Multi stream, Advanced text enhancement, Jpeg compression by hardware, Black background removal.

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 96

12. Backup Software

• Backup Solution should be available on various Operating System platform like, UNIX (SUN Solaris, HP-UX and IBM AIX , TRU 64 UNIX, etc.), Linux, Netware, and Windows and etc. Should support clustered configurations of the backup application in a cluster. i.e. backup application should failover as a highly available resource in a cluster. Pricing of the software not be dependant on the number of CPUs of the UNIX machines.

• The backup software should be capable of doing full, incremental, differential, and variable block based deduplicated backups. The software should also be capable of offering deduplicated tape outs.

• The backup software should be capable of performing self healing of backup indexes, this would include consistency checking on its indexes to verify if there is any corrupt data.

• Ability to backup data from one platform and restore it from another (Open Tape format) to eliminate dependence on a particular OS machine and for disaster recovery purposes.

• The backup software should be able to encrypt the backed up data using 256-bit AES encryption.

• Software should have full command line support on above mention operating systems. • Should have SAN support on above mention operating systems. Capable of doing LAN

free backups for all platforms mentioned above. • Should support “Hot-Online” backup for different type of Databases such as IBM DB2,

Oracle, MS SQL, Sybase etc. • Software should have an inbuilt feature for Tape to tape copy feature (cloning, within

the tape library) to make multiple copies of the tapes without affecting the clients for sending tapes offsite as part of disaster recovery strategy.

• Pricing of the software not to be dependent on the number of CPUs of the UNIX machines.

• Upgrading the UNIX machines and increasing CPU should not have any commercial implications in terms of renewing licenses or buying additional licenses.

• Should have the optional ability of staging the backup data on a disk and then de-stage to a tape based on the policy for faster backups.

• Should support NDMP backup to disk. Should support NDMP multiplexing of NDMP and no NDMP data to the same tape. The software should be capable of doing NDMP configuration through the GUI.

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 97

13. Enterprise Content Management System

• Ability to interface/integrate with standard software tools, graphing and charting tools • Ability to retrieve/import images; image formats graphics; graphic formats etc. • Ability to extract/retrieve/import content from databases • Ability to interface with other platforms • Ability to interface/ integrate with desktop publishing tools • Ability for authors/contributors to create/save content directly into the repository (I.e.

without a separate authoring tool, and without having to author content then import it into the repository)

• Ability to support standard note file automation • Ability to integrate with legacy system like File Tracking system • Ability to define policies for documents such as active / retrieval / archival / destruction

of documents and records. • Ability to access/collect/retrieve/import static and variable content components from

multiple types of sources, including automated systems as well as individual contributors.

• Ability to access/collect/retrieve/import content using import utilities or other code modules, either user-invoked or invoked via an automated process, from LAN/WAN locations

• Ability to access/collect/retrieve/import content with automated scheduled script as well as user selection

• Ability to identify source of content, original as well as updates • Ability to calculate/create/ cancellation/ modifications new content from existing

components • Ability to handle variable components: text, data, graphics, images, charts and graphs • Ability to create/handle graphs, bar/pie charts from variable and historic data • Ability to define templates as assemblies of components, and use templates to create

document instances; graphical user interface • Ability to compose complete layouts; layout formatting capabilities • Ability to handle variable components in templates: vary in content, vary in size; effect

on resulting document instances • Ability to force page breaks • Ability to embed business rules in template definitions, to vary resulting documents

based on presence/value of specific content • Ability to preview sample document from template definition • Ability to import/convert existing templates • Ability to have built-in functions: page numbering, header/footer sections, columns,

etc. • Ability to re-use components in templates/documents • Ability to cross-reference components to templates/documents, and list the

templates/documents a component is used in • Ability to search templates/components/documents • Ability to search templates/components/documents for replace & replace-all updates;

ability to define search criteria for replace/replace-all

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 98

• Ability to show how each template/component/document relates to others in search results

• Ability to view actual templates/components/documents in search results: e.g., double-click to open

• Ability to populate templates from content components to create documents; user-invoked vs. automated

• Ability to combine/calculate/generate content when creating documents from templates

• Ability to verify documents; document preview • Ability to refine/customize content on document instances without changing at

template • Ability to revise published documents • Ability to output documents in various presentations formats, including (but not

necessarily limited to): PDF, PowerPoint, Word, Excel, HTML, XML, RTF, etc. formats for commercial printers.

• Ability to deliver components/documents to intranet sites; internet sites; downloadable; editable vs. read-only

• Ability to print-ready output: output usable by commercial printing services • Ability to generate color output • Ability to have edit and dynamic page breaks • Ability to optimize printing for graphics-intensive documents, for varying printer speeds • Ability to enter attribute information about a template/component/document

(including images and graphs): (title, subject, type, keywords/tags) • Ability to generate attribute information such as author, date created, version, date

modified/by whom; at component/document/template save • Ability to search templates/components/documents for retrieval by author, title, date,

type and other attributes, keywords/ tags, full text search, wildcard search, advanced search (AND, OR, NOT)

• Ability to do full-text indexing as well as attribute indexing • Ability to construct search criteria with a wizard, not a query language • Automatic inclusion of archives • Ability to choose directories/sub-directories to search, including archives • Ability to view • actual template/component/document in search results: e.g., double-click to open,

zoom in-out • Ability to print/produce documents from search results • Ability to store templates/components/documents/versions in folders or other

container hierarchy • Ability to organize templates/components/documents: by type, author, date created,

etc. • Ability to check-out and check-in for template/component/document • Ability to check-in only by user who checked out the template/component/document • Ability to lock-out or notification of checked-out status for

templates/components/documents being updated • Ability to store and recall versions of templates/components/documents

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 99

• Ability for user to decide to save a revision/update as a new version or replace existing version

• Ability to distinguish between versions • Ability to compare versions and report differences • Ability to rollback to a prior version • Ability to archive templates/components/documents • Ability for user to define purge criteria and/or retention periods • Ability to audit trail: who changed what when, template/component/document history

tracking • Ability to route automatically and notify for review/approval: status tracking, electronic

approvals, history, annotation, comments , etc. • Ability to attach documents to workflows • Ability for reviewers/approvers to add comments/annotate documents/components,

highlight text, attach related docs/files • Ability to depict graphically workflows end-to-end • Ability to define workflows by document/project • Ability to route to an outside entity via email • Ability to automatically notify via email or system notification, to component and

document owners when a component is changed, so that the owners know what documents to change

• Ability to support for workgroup collaboration; definition/scheduling of tasks/plans/projects; notifications to users of pending/due/overdue tasks

• Ability to track status of task/plan/project • Ability to email templates/components/documents from the desktop • Ability to define distribution lists/mailing lists; ability to email to an outside entity. • Ability to do ad hoc reporting: graphical user interface, wizard, selections vs.

expressions • Ability to track Template/component/document usage • Ability to generate user-definable reports & pre-defined reports • Ability to save report instances to a shared or local drive, printer, etc. • Ability to be platform independent and available on 3-teir architecture with each tier

fully independent. • Ability to have security level at Template/component/document • Ability to create user roles, access levels definable by system admin • Ability to uniquely identify each user • Ability to restrict users having more than one concurrent connection • Ability to store passwords in encrypted format • Ability to support authentication mechanisms • Ability to establish access control for confidential/highly restricted information • Ability to use Digital Signatures for approval • Ability of NAS/SAN support for high volume image/document storage/retrieval • Should support full indexing on documents containing word, tiff and pdf files should

support open environment and based on industry standards like J2EE, .NET and XML API for custom application development.

• Any Enterprise class Content Management is acceptable to us like Documentum, Filenet, Alfresco, Newgen

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 100

14. Database Encryption Device

Hardware Database Encryption device should allow HPBSE to ensure compliance and limit

liabilities by protecting any sensitive data accessed by employees, or third parties. This data

protection solution should protect application, network, and database layers.

Hardware based Database Encryption module HPBSE should be able to protect critical data from

both internal and external threats, ensure compliance with regulatory mandates for security,

and mitigate the risk of data theft.

Appliance-based encryption for database should feature granular, field-level encryption

capabilities and should easily be integrated with the Web server, application server, or database

layer.

Features Specifications Required

Performance More than 100000 TPS and less than 100 microseconds latency

Security Algorithms 3DES, DES, AES, RSA (signatures and encryption), RC4, SHA-1, HMACSHA-1

Asymmetric Key sizes 512, 1024, 2048 Symmetric key sizes 40, 56, 128, 168, 192, 256

Certificate Management Multiple certificates, built-in certificate authority, revocation list (CRL) support

System Administration Secure Web-based GUI, secure shell (SSH), console Web and Application server support

BEA, IBM, IIS, Oracle, Apache,

Supported databases IBM DB2, Microsoft SQL Server, Oracle & Teradata Supported mainframes IBM z/OS Form factor 1U, rack mountable Network interfaces 2 x 10/100/1000 Mbps

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 101

15. Enterprise Database Server

• Support for High Availability Clusters • The database should be able to interface directly with High Availability Clustering

Software on UNIX, Linux & Windows • Database should provide High availability & Disaster recovery using cost effective option

of automatically synchronizing the transaction logs to disaster site, which in case of fail over the other node provides the availability of all data. This flexibility of log synchronization should be supported from Enterprise to Entry Level server edition of the database

• Database should have received the security certification from the International Common Criteria for Information Technology Security Evaluation

• Database should also comply with Federal Information Processing Standard 140-2 (FIPS 140-2) standard. This standard describes US Federal government requirements for IT products that employ cryptographic modules

• A centrally Monitored & Browser Based GUI Administration Tool should be available with the RDBMS to Create, Delete & Manipulate different Database Objects and also Schedule Queries priorities centrally

• The database software should have inbuilt capabilities to provide following capabilities without the use of any third party plugins. Any separate product if any should be from the database OEM only.

a. Data warehousing and Analysis Services. b. Business Intelligence c. ETL functionality d. Notifications e. Performance Management Tools f. Clustering Tools g. Tuning and Diagnostics Tools h. Spatial Database Capabilities i. Database Compression and Encryption Tools

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 102

16. Enterprise Portal Server

• System shall provide single information view of the data coming from multiple sources such as web service, XML, SQL source, Web Pages and Spreadsheets. This would need ability to connect to multiple sources, defining rules and filtering conditions

• Portal platform should provide ability to clip any website to encourage re-use of already available content.

• System shall have support for Web-based administration that can monitor data and events, monitor portal components such as HTTP server, Portal Cache, Portal Repository etc and maintain portal configuration files.

• System shall have support for centralized, web based user provisioning ensuring single definition of users, roles, groups and access rights.

• Portal architecture should support either.NET or Java platform or both. • Portal should deliver content based on user attributes or preferences • System shall have support for Personalization of home page using drag & drop

functionality • Portal should provide a next generation Web 2.0 portal framework built specifically for

componentized Web 2.0 services like wikis, blogs and other Collaboration functionalities like Communities, Project-based tasks (Creation & Management) etc.

• System should be able to manage portal content using web content management from common content management repository thru out-of-the-box integrations.

• Portal search should support content, keywords, Full text & people search. • Portal should provide comprehensive analytics module to tracks portal/community

traffic, searched keywords, system response time, document downloads, user turnover, visit duration, etc.

• The portal platform should provide ability to surface data managed by packaged and custom applications like ERP through Portlets / Webparts.

• The portal platform should provide support for Digital certificates and Secure Interface for confidential transactions as required.

• Portal platform must provide ability to wire the Portlets / Webparts together. This means that various Portlets / Webparts on a portal page can be connected with each other using a parameter to produce a simple, contextual application that integrates data from disparate system

• Portal should support multiple languages. • Business User Administration - The portal solution should provide browser-based tools

that would let business-level portal managers intelligently assemble, configure, and manage enterprise portals. The administration tools should provide granular control

• The portal solution should provide the ability to change a site's user interface. Users shall be able to customize the placement of books, pages and Portlets / Webparts, or the look and feel of their personal pages.

• Should be able to integrate the user profile the Active Directory/LDAP. There should be capability to perform Active Directory/LDAP crawls to capture user profiles. Once those are stored, users should be able to add profile information and also create alerts to profiles to see when their subscribed person publishes or changes information. Users should also be provided facility to manage their profile information from the portal.

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 103

• The Portal product proposed must not be “already developed application” as a bespoke application by one system Integrator. The skillsets for the portal product proposed must exist with multiple System Integrators apart from the bidder who is proposing it in the RFP response.

17. Two Factor Authentication

• The hardware token should be tamper proof • Should provide load balancing and high availability capabilities using multiple primary

and replica servers. Should allow setting up of at least 10 replicas for failover and load balancing.

• All activities at admin console should have an audit trail of all logon attempts and operations. Logs should be tamper proof should provide tools to check the integrity of logs.

18. Laptops

Specification

Complied / Not

Complied

Processor Latest at the time of bidding

Maximum

memory

4GB with support up to 8 GB DDR3 memory

Internal drives 500 GB SATA Hard Disk Drive 7200 rpm

OS Genuine Windows 7 Professional 64-bit

Preloaded Antivirus

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 104

19. UPS (1/5/10 KVA)

Specification Make & Model Offered Manufacturer ISO 9001 & ISO 14001 Certified TECHNOLOGY IGBT based PWM Technology Microprocessor Controlled Digital Design Double Conversion True On-line UPS Overall Efficiency (AC-AC) • 85% INPUT Voltage range 160V – 270V Frequency range 47 to 53 Hz Phase Single Phase with ground Power Factor >0.9 or better OUTPUT Voltage 220VAC-230VAC Voltage regulation +/-2% (or better) Frequency regulation 50 Hz +/- 0.1% (free Run Mode) Harmonic Distortion (THD) < 3% (linear load) Waveform Pure Sine wave Crest Factor 3:1 Load power factor 0.8 lagging to unit Galvanic Isolation Provided through Inbuilt, double-wound transformer Battery Backup Minimum VAH for 1 KVA is 1440VAH, for 5 KVA is 4650 VAH

and for 10 KVA is 16000 VAH. Battery Type Sealed Lead Maintenance Free VRLA type

(Lead Calcium SMF batteries NOT acceptable)

DC Bus Voltage 48 volts to 204 Volts depending on ratings Battery Enclosure Powder Coated Cabinets matching with color of UPS, Made of

Screw / Nut-Bolt less for easy installation & Maintenance

Battery Brands Reputed & Reliable brands like Exide, Panasonic, Rocket, Hitachi, Quanta, Luminous, CSB, Emerson etc.

General Operating Temperature 0 to 40 Degree C Alarms & Indications All necessary alarms & indications essential for performance

monitoring of UPS like mains fail, low battery & fault detection

Bypass Automatic, Manual Bypass Switch Compatibility UPS to be compatible with DG Set supply Communication Interface Standard RS 232 port for software interface

Optional SNMP interface support Certifications For Safety & EMC as per international standards

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 105

20. Bio Metric Device

Make & Model Offered - (To be filled by the bidder) Compliance

(Yes/No)

Effective Window

Area 45X45 mm

Interface High Speed USB 2.0 with Cable

Resolution Min. 700X500 dpi

Capture method Hold still capture/ Rolling capture

Power DC 5.0V

Drivers/ Software OEM Supplied Software/ Drivers for MS-Windows XP/

Vista/ 7 Platform

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 106

21. LAN Switch 24 Port - Managed

Make & Model Offered - (To be filled by the bidder) Compliance (Y/N)

Interface /Slots

1 x 24 ports 10x100x1000 FE

2 x 1000Mbps ports base single mode

Performance

Packet forwarding rate is 32 Mpps or higher

52 Gbps switching fabric capacity

General Features

Supports Port Mirroring

Supports Port Trunking

Link Aggregation

VLAN features

IEEE 802.1Q VLAN encapsulation

802.1Q

"Minimum 255 VLAN", However SI need to make sure that all

routing and switching equipment should work on same command

line/interface for better manageability"

Security

Support Port based network access control (802.1x)

Support port security

Traffic shaping and policing

MAC Address security/MAC Address Notification support which

allows for notification of new users added or removed.

Management

RS-232 Console port

Easier Software upgrades through network, using FTP, TFTP, etc.

Accessibility using Telnet, SSH, Console access.

Easier Software upgrades through network, using FTP, TFTP, etc

SNMPv1, snmpv2 & v3

Configuration management through CLI, GUI based software

utility and using web interfaces. GUI tools will be provided.

Supports Event and system history logging functions.

Support for Syslog Server required

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 107

Provides CPU utilization monitoring and Port description

Standards

IEEE 802.1x support

IEEE 802.3x full duplex on 10BASE-T and 100BASE-TX ports

IEEE 802.1d Spanning-Tree Protocol

IEEE 802.1p class-of-service (CoS) prioritization

IEEE 802.1Q VLAN

IEEE 802.1s

IEEE 802.1w

IEEE 802.3 10BASE-T specification

IEEE 802.3u 100BASE-TX specification

Power Supply

Internal power supply 230 Volt 50Hz input

Mounting

19” Rack mountable

24 ports patch panel

patch cords:

24 nos. of 3 ft patch cords for FE ports with UTP cable termination

from client PCs and

4 nos. of 3” ft. minimum OFC patch cords Duplex with SC-Style

connectors, Single Mode (including Fiber connectors)

All necessary power cords, adapters, data cables, connectors,

CDs, manuals, brackets accessories, wire managers, etc. will be

provided

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 108

22. LAN Switch 8 Ports- Managed

Make & Model Offered - (To be filled by the bidder) Compliance (Y/N)

Interface /Slots

1 x 8 ports 10x100x1000 FE

2 X 1000 Mbps or SFP port

Performance

Packet forwarding rate is 12 Mpps or higher

20 Gbps switching fabric capacity or higher

General Features

Supports Port Mirroring

Supports Port Trunking

Link Aggregation

VLAN features

IEEE 802.1Q VLAN encapsulation

802.1Q

"Minimum 64 VLAN", However SI need to make sure that all

routing and switching equipment should work on same

command line/interface for better manageability"

Security

Support Port based network access control (802.1x)

Support port security

Traffic shaping and policing

MAC Address security/MAC Address Notification support which

allows for notification of new users added or removed.

Management

RS-232 Console port

Easier Software upgrades through network, using FTP, TFTP,

etc.

Accessibility using Telnet, SSH, Console access.

Easier Software upgrades through network, using FTP, TFTP,

etc

SNMPv1, snmpv2 & v3

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 109

Configuration management through CLI, GUI based software

utility and using web interfaces. GUI tools will be provided.

Supports Event and system history logging functions.

Support for Syslog Server required

Provides CPU utilization monitoring and Port description

Standards

IEEE 802.1x support

IEEE 802.3x full duplex on 10BASE-T and 100BASE-TX ports

IEEE 802.1d Spanning-Tree Protocol

IEEE 802.1p class-of-service (CoS) prioritization

IEEE 802.1Q VLAN

IEEE 802.1s

IEEE 802.1w

IEEE 802.3 10BASE-T specification

IEEE 802.3u 100BASE-TX specification

Power Supply

Internal power supply 230 Volt 50Hz input

Mounting

19” Rack mountable

8 ports patch panel with UTP cable termination from client PCs

patch cords: 10 nos. of 3 ft patch cords for FE ports

All necessary power cords, adapters, data cables, connectors,

CDs, manuals, brackets accessories, wire managers, etc. will be

provided

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 110

23. AC 2 Ton (With Stabilizer)

Make & Model Offered - (To be filled by the bidder) Compliance

(Y/N)

Type of AC

Split AC

Capacity

Capacity à 2 Tonnage

Cooling à 24000 BTU/Hr

Compressor à Rotary

Refrigerant à R-22 type

Power Supply à 230V/Ph

Performance

EER à 9.7

Air Circulation à CFM 647-794

Noise level à <50db

Operation

Remote Control à LCD

Cables

All necessary cables to install AC

Stabilizer of required rating

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 111

30 KVA Diesel Engine DG Set

ALTERNATOR: Mecc Alte/Crompton Greaves Three phase, 50 cycles, self-regulated, self-excited, screen protected 30 KVA / 24 KW, 415 Volts, 4 Wire, alternator of rated capacity at 0.8 power factor. The alternator shall conform to relevant BS/IS standard. CONTROL PANEL: Standard/customized, louvered, steel construction Control panel, dust & vermin proof comprising of MCB/MCCB, CTs for metering, Voltmeter, Ammeter, Frequency meter, Indications, Fuses etc. ESSENTIAL ACCESSORIES: Ø Fuel tank with drain valve, breather, inlet and outlet connections. Ø Battery with leads. Ø Anti vibration mountings. Ø Operator manuals & test certificates

CANOPY: Doors& Roof shall be fabricated from MS CRCA of adequate thickness with airtight EPDM foam gasket and 3 point lock. MS/Zinc die cast hinges shall be provided. INSULATION: The insulation material shall be PU Foam. The material should be fire retardant. WINDOW FOR CONTROL PANEL: Windows for control panel shall be with glass/acrylic and sealed with neoprene rubber gasket. AIR INLET & AIR OUTLET: Air inlet and outlet louvers, with special sound reduction dampers for proper air ventilation shall be provided. CONSTRUCTION: The construction shall be modular, bolted construction and shall have access from all sides. All fasteners shall have washers. The fasteners shall be SS/Zinc coated MS. LIGHTING: 1 no. lamp with ON/OFF switch and socket inside the canopy shall be provided. EARTHING: The Earthing arrangements for DG set / Canopy shall be homogenous.

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 112

PAINTING: All metal surfaces shall be thoroughly treated with degreasing, derusting and phosphating in our in-house fully-automated, 7 tank pre-treatment process, conveyorised powder coating plant, before final power coating. The finish shall be suitable for outdoor use. NOISE LEVEL PERFORMANCE: The maximum noise level permitted during full load shall be 75 dB (A), measured at 1 meter distance from the edge of canopy. The product shall be certified by CPCB as per latest sound norms. FUEL FILLING & DRAIN: Suitable external fuel filling and drainage connections with locking facility shall be provided. FUEL TANK MATERIAL / THICKNESS / CAPACITY: The fuel tank shall be removable type. The tank shall be fabricated from CRCA / HR pickled MS, minimum 2 mm thick sheet. The tank capacity shall be 250 Litres. TEMPERATURE RISE INSIDE CANOPY: The maximum permissible temperature rise above the ambient shall be 5°C to 7 °C VENTILATION: The canopy is equipped with a forced air circulation fan of reputed make. ANTI VIBRATION PADS: The anti vibration pads shall be provided below diesel engine and alternator.

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 113

24. NMS

The Proposed NMS management solution should have following modules :-

1. Network Fault Management

2. Network Performance Management

3. Network availability Chart

Network & Server Monitoring

• The proposed system shall identify over-and under-utilized links and assist in maximizing the utilization of current resources. The proposed system shall monitor Performance of Network devices like CPU, memory & buffers etc, LAN and WAN interfaces, backplane utilization etc.

• The proposed system should provide SLA reports based on availability & reachability indicating uptime, downtime outages, and number of outages and should be customizable reporting interface to exclude specific outages such as power down outage from overall SLA computation for monitored servers & network devices.

• The proposed solution should provide several performance reports out-of-the-box: Executive Summary Report, CIO Reports ,IT Manager Reports, Service Level report , At-A-Glance , Trend Reports , Top N Reports , What-If Reports , Health Reports ,QoS Reports out-of-the-box as part of the base performance monitoring product .

• The proposed system should be able to auto-calculate resource utilization baselines for the entire managed systems and networks and allow user to set corresponding upper and lower threshold limits

• Analyzing network traffic pattern is required to help in troubleshooting issues related to network traffic congestion and type of traffic flowing on network interfaces based on application & protocols for capacity analysis and providing breakup of traffic utilization.It should help in identifying what user workstations or servers are consuming most amount of bandwidth

• The proposed solution must be able to monitor and report on unique protocols per day and display utilization data and baselines for each protocol individually by interface.

• The proposed traffic analysis system must be capable of automatically detecting anomalous behavior such as virus attacks or unauthorized application behavior. The system should analyze all NetFlow traffic and alert via SNMP trap and syslog of any suspicious activity on the network and send it to central network console.

Service Desk Management

• The proposed helpdesk solution must provide flexibility of logging, viewing, updating and closing incident manually via web interface. Helpdesk solution should provide interface to define workflows , SLA’s ,users ,notifications as well as ability to customize web forms and add database tables or columns & map them to forms as per requirement.

• Helpdesk escalation policy must allow easy definition on multiple escalation levels and notification to different personnel via window GUI/console.

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 114

• The proposed helpdesk solution must have an updateable knowledge base for technical analysis and further help end-users to search solutions for previously solved issues.

• The proposed helpdesk solution must integrate tightly with the Knowledge tools and CMDB

• It should support remote management for end-user & allow analysts to do the desktop sharing for any system located anywhere, just connected to internet. Remote desktop sharing in Service desk tool should be agent less & all activity should be automatically logged into the service desk ticket.

25. SPECIFICATION OF DATA CENTER

1. Data Center Infrastructure for the user will be installed to provide highest level of physical

security and also risk coverage. The data center once implemented should offer comprehensive

protection and multi-functional security coverage for backup systems, server systems, and

network and communication systems. It should fulfil all the requirements of the category “high

availability protection”

2. Data Centre needs to be a Tier II Data Centre As per specified in Tier Classification Manual,

The Agency shall therefore adequately plan for high availability of equipments and build for the

necessary operational support to maintain an uptime of 99.9% on a quarterly basis. The Agency

should also ensure that all the equipment in the Data Centre is appropriately maintained and

managed for a period of 5 yrs

3. Data center infrastructure will be implemented by the Vendor as a turn key solution as per

the Specification given in the successive paragraphs. Approximate size of Data Center would be

600 Sqft.

Blue print of the Data Center building will be handed over to the successful bidder after award

of contract. Vendor will undertake all necessary activities for successful implementation of the

Data Center. The Specification of Data Center is as follows.

RACK

These racks will be used to mount and house all server / network / storage devices in the data

center The rack has to be designed to meet the safety requirements of the modern data centre.

Both the front and rear door should have got a comfort handle with different locking options.

Cable entry should be entered via the roof plate and via the gland plate without affecting the

climatic conditions inside the rack.

Server Rack 42U

Technical specifications:

• Dimensions 600 x 2000 x 1000 (WxHxD) • Enclosure frame and panels dipcoat primed in RAL 7035 Grey • Panels additionally powder-coated • Front perforated steel door (130°), with 78% perforation

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 115

• Rear sheet steel Perforated door (130°) with 78% perforation • 482.6 mm (19”) mounting frames, front and rear • Load capacity of the interior installation: 10,000 Newton per rack • Fan Tray 4 Fans, Levelling feet, Hardware Pack of 100 • Copper Earth Bar 1800mm high with 15 wires, 15 connection clamps, fitted on busbar

support for 15 devices.

Network Rack 42U

Technical specifications:

• Dimensions 800 x 2000 x 1000 (WxHxD) • Enclosure frame and panels dipcoat primed in RAL 7035 Grey • Panels additionally powder-coated • Front perforated steel door (130°), with 78% perforation • Rear sheet steel Perforated door (130°) with 78% perforation • 482.6 mm (19”) mounting frames, front and rear • Load capacity of the interior installation: 10,000 Newton per rack • Fan Tray 4 Fans, Levelling feet, Hardware Pack of 100 • Copper Earth Bar 1800mm high with 15 wires, 15 connection clamps, fitted on busbar

support for 15 devices.

Power

Electrical Power Distribution System. The data center will be provisioned with structured power

distribution system. The 3 Phase commercial conditioned 440V/50Hz power supply will be made

available by the user at the Distribution panel along with MCBs.

Main Distribution Panel-Data Center

This Main Distribution panel will be used to distribute power to all power consuming devices

used in data center such as: UPS, Lighting, Fire Fighting equipment, cooling, security, etc

Technical specifications

• Vendor will supply, install, test &commission, the main distribution panel. • Complete Single Line Diagram should be made and certified by the user before starting

the work. • The wiring will be carried out by the vendor by using fire retardant appropriate rating

electrical cable • All power rating should be designed in consideration with all the devices involve inside

data center • Complete distribution should not have any single point of failure, • Complete distribution panel should be non compartmentalized type, modular, totally

shrouded • Bus bars should be of Electrolytic Grade Copper as per EN 13601 • Bus bar support and cover systems are fire retardant as per UL 94 V0.

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 116

SPECIFICATION UPS DISTRIBUTION BOARD

This UPS Distribution panel will be used to distribute power to all Server/ Network Racks,

Security, Emergency Lighting

Technical specifications

• Vendor will supply, install, test &commission, the UPS distribution panel. • Complete Single Line Diagram should be made and certified by the user before starting

the work. • The wiring will be carried out by the vendor by using fire retardant appropriate rating

electrical cable • All power rating should be designed in consideration with all the devices involve inside

data center • Complete distribution should not have any single point of failure, • Complete distribution panel should be non compartmentalized type, modular, totally

shrouded • Bus bars should be of Electrolytic Grade Copper as per EN 13601 • Bus bar support and cover systems are fire retardant as per UL 94 V0.

SPECIFICATION POWER SYSTEM MODULE (PSM):

PSM. This concept should include complete power distribution system of the Rack , i.e. feed,

distribution, and protection. It should have easy to add simple plug-in modules, including

various country versions.

The essential features of PSM are:

• Two separate 3~ feeds, which should facilitates a redundant structure

• 96A of power available; 48A per feed

• 7 plug-in modules should be installed over a length of 2m, corresponding to 42 fully insulated

IEC 320 slots

• Shockproof design, i.e. it is even possible to partially equip the strip

• Modular design, simple installation

• Complete compatibility with the all enclosure systems

EARTHING:

Data center Infrastructure Needs to be provisioned with Suitable Separate Earthing for all

equipments.

Vendor will take care of complete Earthing provision at site.

Earthing for Electrical System

Electrical Earthing for UPS

Electronics Body Earthing for Data Centre Infrastructure

Complete Copper Earth bar should be provisioned below the false floor for each rack. And

connected to main earth.

Precision Air Conditioning

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 117

i) The Data center should be equipped with Precision Air Conditioning System to remove high levels of waste heat from server enclosures and to provide uniform, effective, affordable cooling for Servers and similar IT equipment (switches etc) installed in server enclosures.

ii) Air-circulating climate control system (CRAC) for operation with coolant R407c One-piece air-circulating climate control enclosure Unit for recirculating air operation for use in Data Centres and other IT operational environments. The airflow direction inside the unit is from top to bottom. The supply air is blown out in the raised floor.

iii) Each unit should be capable of providing sensible cooling capacities at rated ambient temperatures with adequate airflow.

iv) The Inside Conditions should be viz. 20 + 1 Deg. C and relative humidity is 50+ 5% RH.

v) The Power Consumption of compressors should not be more then 8.8KW

vi) The system should contain Scroll compressor, Evaporator, Humidifier, Condenser and an Externally Equalized Thermostatic expansion valve (TXV), all of which should be contained within the cabinet of the unit. The unit controller should be microprocessor based and include a large. There should be a provision for LCD backlit graphic display for clear visibility of text and graphics. The display and control buttons should be accessible from the unit front without removing any external panels.

vii) The PAC Units should be having CE marking

viii) The CRAC system should be one-piece air-circulating climate control enclosure for stand-alone air circulation operation, and is used in server rooms.

ix) The air should conveyed by a fan installed outside of the unit housing, which is mounted in a base in the raised floor.

x) The fan should be installed as a free-running wheel with an integrated with radial fan and EC motor. Internal deflection and impact losses in the unit are minimised through installation in the raised floor. The fan speed should be set via EC controller according to the individual volumetric flow

i) Total 3 No.8.15 TR of such units should be installed in n+1 mode.

Security

CCTV Surveillance.

The system will be fitted with an IP enabled CCTV based surveillance system for monitoring of

activity within the Data Center. The system must be supplied with suitable number of cameras

and control system to cover each nook and corner of the DC and the access door. The system

should have the facility of remote viewing over IP network and recording for atleast 1 week.

Biometric Room Access Control System:

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 118

The Access Control System shall be used to serve the objective of allowing entry and exit to and

from the data center within the facility to authorized personnel only User defined reporting and

log formats. Fail safe operation in case of no-power condition and abnormal condition such as

fire, theft, intrusion, loss of access control, etc. Day, Date, Time and duration based access rights

shall be user. Suitable Door Controller system shall be provided. The Controller shall be UL

Listed. Should support 5000 users with access rights for every panel, across 512 modular doors

in a system.

Rodent Control

Supply, installation and Commissioning of Pest Repellant System comprising of following:

Ultrasonic Pest Repeller (VFHO Model), with 2 Master Console and 12 Satellites. Cable 2 Core x

1.5 mm2 Cu. Are. Factor range shall be between 0.5 and 2.0 (where 2.0 double the normal)

Illumnated Signage

Agency should also provide Illuminated signs with proper naming convention should be installed

in the Data Centre.

Fire Detection

Agency Should Provide The fire detection system should be a highly sensitive air sampling smoke

detection system to detect a potential fire even before it breaks out. The detector could be

made of laser or Led light source and should offer basic response sensitivity of 0.01% light

obscuration per metre. The system should have programmable alarm level for pre-alarm and

main alarm. The system should come with separate indicator board for installation outside the

monitored area with indicators for alarm levels, fault indicators and indication of smoke density.

Fire Extinguishing System

In order to reduce the residual risk of a fire inside the room caused by the server and

Networking components an effective FM-200 based fire extinguishing system to be fitted. The

system to be provided with tanks for agent, dispensing unit controlled by the fire detection

system

Remote Management

Intelligent Room Control System.

The Data Center infrastructure must be installed with intelligent IP Based SNMP Enabled system

to monitor, control and document physical parameters inside the data center. Such as

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 119

Temperature, Humidity, Smoke, Vibration, Motion, Precision AC Failure Alarm, also fitted with

alarm signal lamp to give visual indication of such alarms

Rack Mount Monitors with Keyboard and Mouse.

This compact 1 U console, space-saving server administration. In order to access other servers,

this monitor/keyboard unit should easily combined with the KVM switches ,This should make it

possible to connect up to 32 servers to one unit in 1 U.

The peculiarity of this compact solution is that a 482.6 mm (19 ) keyboard including number

pad and keypad may be integrated, in spite of its small size.

The minimal depth of the unit, at just 510 mm (680 mm with 15inch TFT display, The

installation kits supplied should allow it to be adapted to an existing difference between levels

of 680 – 850 mm for the 482.6 mm

When closed, the drawer can be locked for protection against unauthorized operation. In order

to prevent heat accumulation when folded, the backlight should deactivated automatically

KVM Switch

16 Port IP Enabled CAT 5 Based KVM switch will be installed in Data Centers fro remote access of

the servers. The KVM switch must meet following specifications:-

(a) Should have 19” 1U form factor and should have built in rail assembly for rack mounting.

(b) Should have at least 16 inputs for server connection.

(c) Should have built in RJ-45 Ethernet interface for remote access. Should have built in

SNMP web server for remote based web access.

(d) Should have support for SSLv2/3 for encryption of web access sessions.

(e) Should have PS/2 interface for mouse and keyboard.

(f) Should have LEDs to indicate active selection.

(g) Power Supply: 200 V AC at 50 Hz.

(h) Rack mount monitor and KVM switch should be from same OEM.

Low Side Work

Raised False Flooring.

The data center to be provided with raised false floor with vents for conditioned air. The floor

should be properly mounted on a suitable structure so as to withstand the load of racks,

equipments and operating personnel. The raised false floor to provide space for the installation

of cables and should ensure the equal distribution of the conditioned air. The height of the false

floor should be site specific and should be adjusted to accommodate 42U rack inside the Data

Center. The false floor must be mounted with electrostatic protection coating material.

False Sealing.

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 120

The data center to be provided with false gypsum sealing the sealing should be properly

mounted on a suitable structure so as to withstand the load of lights and other fixtures

Cable Trough Data / Power

The data center should come equipped with separate ducts for power supply distribution and

communication cable. The duct should be designed in such a way that it is possible to do the

retro fitment in future. The ducts should be positioned in accordance with the racks for

structured and snarl free wiring. The size of the power cable duct and communication cable duct

should be such that it must be possible to accommodate

Wiring needs for 120 Servers. Vendor will install the UPS, Power distribution panel and do the

necessary power distribution wiring for each server rack.

Lighting.

Lighting circuit wiring shall be laid in PVC conduit / Aluminum race ways concealed in brick wall /

cleated on ceiling The bidder shall carry out design, engineering, installation, wiring,

connections, testing and commissioning of the lighting system using 2 nos. 2.5 sq. mm. PVC

copper wire & 1 no. 1.5 sq. mm PVC copper earth wire Lighting fixtures & Point wiring shall be

supplied, erected, connected and tested as required in the entire Server/Datacenter Facility

Illumination level shall be maintained between 400 Lux in all Server/Datacenter Area 2X36 W

CFL Mirror Optics reflector, anti-glare ceiling/recessed mounted light fixtures with CFL shall be

used

Pest Treatment.

Complete Data Center area should be rectified with pest treatment process with certified pest

treatment process. With a wartranty of minimum 5 years.

Civil & Interior Work.

Vendor Has to carryout complete civil & interior work at site ,User Will provide only raw floor as

available at site, vendor needs to provide complete work related to civil and interior

requirement for Data Center Infrastructure. Such as

Doors, Wooden Partitions, Wooden paneling, Painting, Skirting, POP, Polish, Plastering, Curing,

Brickwork Cement & Concrete Work, Excavation etc. As per the drawing available.

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 121

26. Tape Library

• Should have LTO-5 or latest technology based library with at least 4 number LTO-5 tape

drives and at least 60 LTO Ultrium cartridge slot attachable to SAN with native FC

network and should be rack mountable.

• The proposed LTO library solution should be upgradeable to minimum 15 drives and

over minimum 300 slots

• The proposed LTO library solution should be capable for providing a backup window of

about 8 hour and multiple frequencies per day.

• The native LTO-5 capacity should be 1.5TB and native data transfer speed should be

140MB/s.

• The compression ration should be 2:1

• The library should be natively configured with Barcode Reader

• Vendor shall provide 75 x LTO 5 labeled Cartridges + 5 Cleaning Cartridges

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 122

27. Passive Components

1. Cable Laying

S.No. Particulars Specifications

Make, Model & Price

Cabling

Structured Cabling as per industry Standards

UL * R certified for complete channel for both fibre and UTP

(CAT6) cables.

20 years’ standard performance warranty will be given on passive

components

Documentation

& Lay-outs

UTP or OFC Cable route, with detailed diagram and plan for

laying of UTP and OFC for approval.

Termination of cabling component, UTP cable and OFC with

labels & marking as per approved labelling plan &

documentation.

Documentation for LAN in HPBSE (Hard and Soft Copy) will be

maintained for entire 3 years period of Project.

Conduits and

Channels

PVC pipe or Casing type

ü Should be 1” diameter, with ISI mark.

ü At least 4 cable can laid in one casing

ü Using clamp or gulli channel should be fix on wall and

distance between two gulli or clamp not more then 6

inch.

GI pipe

ü Should be 2” inch diameter class B standard

ü At least 2 cable can laid in one pipe

ü Underground OFC should be laid in GI pipe only.

Passive

component

UTP cable laying Should follow approved plan.

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 123

OFC laying on

wall or under

ground

OFC laying on wall or underground in GI pipe, vendor will follow

as approved plan.

2. UTP Cable

S.No. Particulars Specifications

Make, Model & Price

Physical Attributes

Type UTP, Cat 6, ANSI/TIA/EIA 568-B.2.1

Conductors 24 AWG solid copper

Insulation Polyethylene/Polyolefin

Thickness 0.22 ± 0.03mm

Operating

temperature

-20 to +60 Deg. C

Jacket Flame Retardant PVC

Approvals

UL*R certified

Will be certified by independent test lab (ETL etc) for

zero bit error rate Gigabit Ethernet Performance

Capabilities

Frequency tested

up to

100 MHz>=250 MHz

Delay Skew 25ns-45ns / 100m Max.

Impedance 100 • ± 6 •

Performance

characteristics to

Be provided along

with bid

Attenuation, Pair-to-pair and PS NEXT, ELFEXT and

PSELFEXT, Return Loss, ACR and PS ACR

3. Jack Panel

S.No. Particulars Specifications

Make, Model & Price

Attributes

Type 8-port / 24-port, Modular, PCB based, Unshielded Twisted

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 124

Pair, Cat 6, ANSI/TIA/EIA 568-B.2.1

Jack Type Cat 6

Circuit Identification

Scheme

Port Labelling for port identification on each of 24-ports

Port Identification Labels on each of 24 ports (to be included in supply)

Height 1 U (1.75 inches)

Modular Jack 750 mating cycles

Accessories Strain relief and bend-limiting boot for cable or rear cable

manager for cable

support/ Cable Support accessories

Jack contacts Phosphorous bronze, plated with gold

Panel Black, powder coated steel

Approvals UL*R listed and UL certified for zero bit error rate Gigabit

Ethernet

Termination Pattern ANSI/TIA/EIA 568 A and B;

Performance

Characteristics

Attenuation, NEXT, PS NEXT, FEXT and Return Loss

Warranty Both fibre and UTP (CAT6) cables.

20 years’ standard performance warranty will be given on

passive components

4. Mounting Cord

S.No. Particulars Specifications

Make, Model & Price

Attributes

Length 3 Feet or 7 Feet

Conductor 24 AWG 7 / 32, stranded copper

Cable Type UTP CAT 6 ANSI/TIA/EIA 568-B.2.1

Plug Protection Matching colour boot to maintain bend radius

Warranty 20-year component warranty

Cable Type Cat 6

Terminals Phosphor Bronze with gold plating

Jacket PVC

End point Factory standard connector will be terminated at both end

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 125

connector

60.1.10 Insulation Flame Retardant

5. Information Outlets (I/O)

S.No. Particulars Specifications

Make, Model & Price

Attributes

Type 1-port, Shuttered, White/Ivory, with surface box for

surface mount applications,

Cat 6,TIA/EIA 568-b.2.1 Cat 6, 100 •, Cable

Accommodate minimum of 8-Position/8-Conductor

Modular Jacks

22-24 AWG copper cable,

DC Resistance 0.3 •

Interface resistance 20 milli •

Material ABS/Polycarbonate

No. of ports One

Protection Shutters

Identification Will be supplied with label for port identification

6. LIU

S.No. Particulars Specifications

Make, Model & Price

Attributes

Fibre optic patch

panel

19-inch, Rack mounted or wall mounted

Height 1U

No. of ports with

connectors

12

Cable Management

rings

Front and rear cable management rings

No. of 6-port / 12-

port adapter plates

2/ 4 Max.

Fiber Optic Adapter 6 Port SC type, SM

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 126

Plate

7. OFC

S.No. Particulars Specifications

Make, Model & Price

Attributes

Cable Type 6 -core, Single Mode, Armoured, Loose-tube, Gel

filled

Fibre Type Single Mode, 9 / 125, 250 micron primary coated

buffers

No. of cores 6

Armour Corrugated Steel Tape Armour

Cable Construction

Type

BELLCORE GR 20 / IEC 794-1

Attenuation

@ 1310nm 0.45 db/KM

@1500/1550nm 0.4 dB/KM at 1500nm or 0.25dB/Km at 1550nm

Tensile rating 1200N

Maximum Crush

resistance

3000N

Operating

Temperature

-40 Degree C to +60 Degree C

8. Fibre Patch Cord

S.No. Particulars Specifications

Make, Model & Price

Cable type

Single mode

Length à 3” ft minimum

Duplex with SC-Style connectors, SM, 9 Micron

Losses à < 0.5 db

9. Fibre connector

RFP FOR HIMACHAL PRADESH BOARD OF SCHOOL EDUCATION - VOL II

SOCIETY FOR PROMOTION OF INFORMATION TECHNOLOGY AND E-GOVERNANCE, HIMACHAL PRADESH 127

S.No. Particulars Specifications

Make, Model & Price

Connector

Type

SC-Style, Simplex Single Mode

MM connectors à 500 cycles, Beige

SM connectors à 220 cycles, Blue

Ferrules à Pre-radius Ceramic Ferrules

Attenuation

Not more than 0.5 dB per mated pair

Operating

temperature

-40 Degree C up to +75 Degree C