response to pre bid queries and intimation about other

61
S.No Volume Section No./ Name/Clause No. Page No. of Original RFP Content of RFP requiring Clarification Points of clarification required Clarifications 1 1 1.3/10 10 Crime and Criminals Information System (CCIS) CCIS is a appliction? If it is the apps pls share the Technology Platform 1. Do Users access App using a Web Browser (Thin Client) or a custom GUI (Thick Client)? 2. Describe Application Tiers/Layers. 3. If WebApp, specify which WebServer, AppServer, DB versions etc 4. Which programming language is the app written in? 5. Specify whether app is accessed via Internet or Intranet 6. How many web/App/DB Servers assocated with the application? The CCIS was replaced by CIPA and now CIPA would be repalced by CCTNS. Thus no customization or integration with such system is in scope of SI. Hence the information is not required. 2 1 1.4/11 11 Common Integrated Police Application (CIPA) CIPA is a appliction? If it is the apps pls share the Technology Platform 1. Do Users access App using a Web Browser (Thin Client) or a custom GUI (Thick Client)? 2. Describe Application Tiers/Layers. 3. If WebApp, specify which WebServer, AppServer, DB versions etc 4. Which programming language is the app written in? 5. Specify whether app is accessed via Internet or Intranet 6. How many web/App/DB Servers assocated with the application? The CCIS was replaced by CIPA and now CIPA would be repalced by CCTNS. Thus no customization or integration with such system is in scope of SI. Hence the information is not required. 3 1 1.5/12 12 Crime and Criminal Tracking Network & Systems (CCTNS) CCTNS is a appliction? If it is the apps pls share the Technology Platform 1. Do Users access App using a Web Browser (Thin Client) or a custom GUI (Thick Client)? 2. Describe Application Tiers/Layers. 3. If WebApp, specify which WebServer, AppServer, DB versions etc 4. Which programming language is the app written in? 5. Specify whether app is accessed via Internet or Intranet 6. How many web/App/DB Servers assocated with the application? Please refer NCRB website (www.ncrb.nic.in) for detailed information. 4 1 22 Disaster Recovery (DR) Site shall be set up at NIC, Shastri Park, New Delhi by the successful bidder. Please share the RPO (Recovery Point Objective) and RTO (Recovery Time Objective) in case of disaster. We suggest as below: RTO shall be less than or equal to six (6) hours. RPO should be 60 minutes Amended. Refer clause no 6.1.1(a) of Volume-I of amended RFP 5 1 3.3 22 Existing Infrastructure Is this being managed by some SI currently ? Or is this not in go-live stage as of now ? The exit management started from 3 September 2013. The earlier RFP prescribed a period of 6 months for exit management. 6 1 3.4 Existing WAN Infrastructure 23 BSNL (VPN0BB- 512 kbps) has been provided at all Police Stations and higher offices. Where the VPNoBB connectivity is not feasible the WiMAX/VSAT (CAR-64 kbps, MAR- 512 kbps) connectivity would be used Please clarify if we need to consider the routers for the Client site locations or service provider will supply the routers. Providing connectivity is not under scope of SI. 7 1 Section 3.5 24 The paragraph states various police stations covered under CIPA phase 1, CIPA phase 2 and CIPA phase 3. Please confirm whether Rajasthan Police / NCRB will provide data migration utility to migrate data from all CIPA PSs to State customized CAS. It has already been provided by NCRB. Any local customization required for data migration would be SI responsibility. 8 1 3.5 25 a) The computers purchased under Phase I and Phase II and Phase III are out of warranty. Warranty would be provide by SI. Please confirm & clarify The AMC of CIPA hardware is not under SI scope. 9 1 General All the machines available under CIPA (all the phases) are sufficient enough to run the CCTNS, please clarify The proposal to replace CIPA 2 &3 machines is under process. The maintenance and operation of CIPA machine is not under SI scope. 10 1 3.5 25 Client Infrastructure Is the desktop and other devices mentioned part of AMC & FMS scope ? Or this is being managed seperatly by some other service provider The AMC/FMS and warranty of CIPA hardware is not under SI scope. 11 1 4.12/ 42 Provide one qualified and trained person per police station for a period of 6 months or one trained person for period of 1 year for two Police stations (would be decided by Rajasthan Police) If the handholding has to be done concurrently at all police offices covered under CCTNS, which are 1090 in number (Table 6 Pg 30), SI will have to provide 1090 trained personnel for a period of 6 months or 545 personnel for a period of 1 year. Please confirm. The handholding persons are to be deployed at Police Stations (760) only. The requirement would be 760 persons for 6 months or 380 persons for 1 year. Also refer clause 6.7.6 of volume I of amended RFP 12 1 General Ownership of Assets It is not clear form RFP, when the ownership of assets (hardware / software) will be transferred to client. Please confirm. The ownership would be transferred after successful commissioning and third party audit certification. 13 1 Clause 4.16 45 SI shall provide the Operations and Maintenance Services for a period of 3 years from “Go-Live” of the project. With our experience in other CCTNS project of the states, we feel that Single project Go- live date will increase warranty gap as project implementation phase is for 2 years. We suggest department to start warranty from the date of commissioning for the period of 3 years. No change in RFP. It is clarified that the warranty would be required for the entire contract period. 14 1 4.16 45 The SI shall be responsible for the overall management of the system including the application and entire related IT infrastructure. SI shall deploy an EMS tool that monitors / manages the entire enterprise wide application, infrastructure and network related components. Is Monitoring of existing applications in scope using EMS tools? Yes Response to pre bid queries and intimation about other changes in RFP

Upload: others

Post on 05-Feb-2022

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

1 1 1.3/10 10 Crime and Criminals Information System (CCIS)

CCIS is a appliction? If it is the apps pls share the Technology Platform

1. Do Users access App using a Web Browser (Thin Client) or a custom GUI (Thick

Client)?

2. Describe Application Tiers/Layers.

3. If WebApp, specify which WebServer, AppServer, DB versions etc

4. Which programming language is the app written in?

5. Specify whether app is accessed via Internet or Intranet

6. How many web/App/DB Servers assocated with the application?

The CCIS was replaced by CIPA and now CIPA would be repalced by CCTNS.

Thus no customization or integration with such system is in scope of SI. Hence

the information is not required.

2 1 1.4/11 11 Common Integrated Police Application (CIPA)

CIPA is a appliction? If it is the apps pls share the Technology Platform

1. Do Users access App using a Web Browser (Thin Client) or a custom GUI (Thick

Client)?

2. Describe Application Tiers/Layers.

3. If WebApp, specify which WebServer, AppServer, DB versions etc

4. Which programming language is the app written in?

5. Specify whether app is accessed via Internet or Intranet

6. How many web/App/DB Servers assocated with the application?

The CCIS was replaced by CIPA and now CIPA would be repalced by CCTNS.

Thus no customization or integration with such system is in scope of SI. Hence

the information is not required.

3 1 1.5/12 12 Crime and Criminal Tracking Network & Systems (CCTNS)

CCTNS is a appliction? If it is the apps pls share the Technology Platform

1. Do Users access App using a Web Browser (Thin Client) or a custom GUI (Thick

Client)?

2. Describe Application Tiers/Layers.

3. If WebApp, specify which WebServer, AppServer, DB versions etc

4. Which programming language is the app written in?

5. Specify whether app is accessed via Internet or Intranet

6. How many web/App/DB Servers assocated with the application? Please refer NCRB website (www.ncrb.nic.in) for detailed information.

4 1 22

Disaster Recovery (DR) Site shall be set up at NIC, Shastri Park, New

Delhi by the successful bidder.

Please share the RPO (Recovery Point Objective) and RTO (Recovery Time Objective) in

case of disaster.

We suggest as below:

RTO shall be less than or equal to six (6) hours.

RPO should be 60 minutes Amended. Refer clause no 6.1.1(a) of Volume-I of amended RFP

5 1 3.3 22 Existing Infrastructure Is this being managed by some SI currently ? Or is this not in go-live stage as of now ?

The exit management started from 3 September 2013. The earlier RFP

prescribed a period of 6 months for exit management.

6 1

3.4 Existing WAN

Infrastructure 23

BSNL (VPN0BB- 512 kbps) has been provided at all Police Stations

and higher offices. Where the VPNoBB connectivity is not feasible the

WiMAX/VSAT (CAR-64 kbps, MAR- 512 kbps) connectivity would be

used

Please clarify if we need to consider the routers for the Client site locations or service

provider will supply the routers. Providing connectivity is not under scope of SI.

7 1 Section 3.5 24

The paragraph states various police stations covered under CIPA

phase 1, CIPA phase 2 and CIPA phase 3.

Please confirm whether Rajasthan Police / NCRB will provide data migration utility to

migrate data from all CIPA PSs to State customized CAS.

It has already been provided by NCRB. Any local customization required for

data migration would be SI responsibility.

8 1 3.5 25

a) The computers purchased under Phase I and Phase II and Phase III

are out of warranty. Warranty would be provide by SI. Please confirm & clarify The AMC of CIPA hardware is not under SI scope.

9 1 General

All the machines available under CIPA (all the phases) are sufficient enough to run the

CCTNS, please clarify

The proposal to replace CIPA 2 &3 machines is under process. The

maintenance and operation of CIPA machine is not under SI scope.

10 1 3.5 25 Client Infrastructure

Is the desktop and other devices mentioned part of AMC & FMS scope ? Or this is being

managed seperatly by some other service provider The AMC/FMS and warranty of CIPA hardware is not under SI scope.

11 1 4.12/ 42

Provide one qualified and trained person per police station for a

period of 6 months or one trained person for period of 1 year for two

Police stations (would be decided by Rajasthan Police)

If the handholding has to be done concurrently at all police offices covered under CCTNS,

which are 1090 in number (Table 6 Pg 30), SI will have to provide 1090 trained personnel

for a period of 6 months or 545 personnel for a period of 1 year. Please confirm.

The handholding persons are to be deployed at Police Stations (760) only. The

requirement would be 760 persons for 6 months or 380 persons for 1 year. Also

refer clause 6.7.6 of volume I of amended RFP

12 1 General Ownership of Assets

It is not clear form RFP, when the ownership of assets (hardware / software) will be

transferred to client. Please confirm.

The ownership would be transferred after successful commissioning and third

party audit certification.

13 1 Clause 4.16 45

SI shall provide the Operations and Maintenance Services for a period

of 3 years from “Go-Live” of the project.

With our experience in other CCTNS project of the states, we feel that Single project Go-

live date will increase warranty gap as project implementation phase is for 2 years.

We suggest department to start warranty from the date of commissioning for the period of

3 years.

No change in RFP. It is clarified that the warranty would be required for the

entire contract period.

14 1 4.16 45

The SI shall be responsible for the overall management of the system

including the application and entire related IT infrastructure. SI shall

deploy an EMS tool that monitors /

manages the entire enterprise wide application, infrastructure and

network related components. Is Monitoring of existing applications in scope using EMS tools? Yes

Response to pre bid queries and intimation about other changes in RFP

Page 2: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

15 1 4.16 45

The SI shall be responsible for the overall management of the system

including the application and entire related IT Infrastructure. SI shall

deploy an EMS tool that monitors /

manages the entire enterprise wide application, infrastructure and

network related components. Is EMS Solution required to be in HA in DC? Yes

16 1 4.2 30-31

Scope of Services during Implementation Phase: Successful bidders

are requested to note that any changes within the scope of work will

be

presumed to be included in the overall scope of work.

Request Customer that any changes within the scope of work should be during the project

execution should be dealt with Change Order Process and necessary adjustments shall

be made in the contract price and delivery schedule. No change in RFP

17 1 point no 4.2 30, help desk can a bidder setup help desk at his own premises at different location/state No. Refer clause 6.1.1 (b) of Volume I of amended RFP

18 1 30

Setting up of NOC and Helpdesk at SCRB with adequate

Communication facilities.

Please share the detailed scope of work and infrstructure required for setting up the NOC.

We understand that space, power, cooling shall be provided by department. Please

confirm

1. What is sitting capacity required in NOC?

2. Who shall provide the furniture

3. What is infrastructure requirement like LED displays, video wall etc.? Kindly share the

quantity and specifications. The same is also not captured in BOQ.

4. Who shall provide the bandwidth for NOC ? Please share the bandwidth requirement.

Refer clause 6.1.1 and 6.1.2 of volume I of amended RFP. The space and

bandwidth at SCRB, Jaipur would be provided by Rajasthan Police. All other

infrastructure required for NOC functioning need to be deployed by SI.

19 1 30

SI shall provide maintenance services for the existing hardware at DC

and Pilot locations.

The warranty for some of the item is Apr-15 and some of the items warranty is expired.

Kindly confirm if the department will renew the warranty and handover the items for

maintenance to the SI. The cost for renewal shall be borne by department. Please confirm. The cost for renewal would be borne by SI.

20 1 30

SI shall provide maintenance services for the existing hardware at DC

and Pilot locations.

Please share the warranty details of the existing hardware for Pilot locations. Kindly share

the make and model of the existing infrastructure with AMC, warranty details, date of

installation, warranty and date of expiry of warranty. Refer clause 6.5.11 of volume I of amended RFP

21 1 30

SI shall provide adequate maintenance services for all the hardware

supplied (DC/ DR/ Client locations) to ensure that As-Is CAS is

operational at all locations during the implementation phase.

We understand that the warranty and support for existing hardware at DC and pilot

locations shall be renewed by department. The cost shall be borne by the department. SI

shall maintain the hardware for contract period. Please confirm The cost for renewal would be borne by SI.

22 1 31

3rd party acceptance testing, audit and certification.

a) ADC Requirements Review

b) Infrastructure Compliance Review

c) Security Review

As a best practise, the department shall hire a third

party agency from the firms empanelled at DeITY, GoI and provide testing, audit and

certification. The cost shall be borne by the department for all audit. The cost would be borne by SI.

23 1 General

Setting up of NOC and Helpdesk at SCRB with adequate

Communication facilities

Please specify the proposed location details. Is the site preparation including furnishing is

under SI's Scope ? At SCRB, Jaipur. The answer to second part of query is Yes.

24 1 4.2 30

Configuration, Customization and Extension (New Modules) of CAS

(State) and

Integration with External Agencies through Agile Software

Development

methodology. SI shall procure all the necessary underlying solution

components

required to deploy the Enhanced CAS for the State.

Please provide the name of agencies and scope of work

The CAS customization requirements would be finalized after SI selection which

could be done in 180 Man Month (3960 Man Days) effort.

25 1 4.2 30

Site preparation at the Client site locations (Police Stations, Circle

Offices, District SP

Office, Range Office, Commissionerate, SCRB and PHQ)

Please provide the specific numbers of site preparation required for PS, HO and others

with location details Refer clause 6.5.17 of volume I of amended RFP

26 1 I4.2 30

Setting up of NOC and Helpdesk at SCRB with adequate

Communication facilities.

Although all the services of CCTNS will be running through centralised data centre, what

is the need for NOC?

A. What kind of services to be rendered from this NOC?

B. Who will provide the space/ infrastructure?

The NOC would be required for DC Services management as mentioned in SLA

and the space and bandwidth at SCRB, Jaipur would be provided by Rajasthan

Police. All other infrastructure required for NOC functioning need to be deployed

by SI.

27 1 4.2 31 Operation and Maintenance for 3 years after project Go-Live. Definition of Go-Live in Agile scenario? Please clarify Refer clause 5.1 of volume I of amended RFP

28 1 4.2 31

Successful bidders are requested to note that any changes within the

scope of work will be

presumed to be included in the overall scope of work. Please clarify in detail

Any associated work required to be completed for ensuring the completion of

work mentioned in scope would be required to be done by SI.

Page 3: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

29 1 39

Load Testing: The System Integrator performs this test using a load-

testing tool. The System Integrator must conduct load testing to

determine online, web-access, and batch performance levels under

expected system loading conditions with production-sized databases

Kindly confirm if the department is looking for dedicated load testing tool for Rajasthan

Police or SI can use its internal tools for load testing. The SI can use internal load testing tool.

30 1 4.8 34

The bidder should propose the third part agency from the firms

empanelled at (Department of Electronics and Information

Technology) DeitY, GoI. Third Party Auditor cost will the part of a bid, please confirm Yes. Refer clause 4.3.2 (i) (ix) of volume II of amended RFP

31 1 4.9 41

Ensure adequate power points in adequate numbers with proper

electric earthling.

Please provide the number of locations where grounding/ earthing to be provide with

specification. Please also clarify the "adequate power points in adequate numbers"

Amended. Refer clause 6.5.16 of volume I of amended RFP. The specification

of site preparation (LAN Cabling) is being provided as Annexure XI- Clause

6.12(a) in amended RFP, remaining specification already provided.

32 1 Clause: 4.9 41 Site Preparation at Police Stations and Higher Offices

Referring to the scope for Site Preparation mention in clause 4.9, It is understood that Civil

& interior work at site shall be exclude from the bidder scope and shall be carried out by

department if required. Request you to confirm the same. Refer clause 6.5.17 of volume I of amended RFP

33 1 47

5.1 Project Management Work Proposal

It has been envisaged that the total customization effort would be

around 180 Man-Month; for the purpose of calculating 180 Man-Month

deployment of onsite team (Software Development Team) would be

considered.

Please confirm the following

a) Since Raj Police already has system software as per approved Stack 2, can we

assume that some SI has already worked on CAS State earlier?

b) If yes, what is the state of readiness of this CAS State software with respect to the

requirements of the State Police?

c) What is the functional scope of the customization activities, based on which this effort of

180 MM has been derived?

d) In case during the course of the project, the efforts of the customization activities as

envisaged by the State Police exceed 180 MM, will the State Police pay the bidder for the

additional efforts? Else, please share the functional scope and let the SI assess the efforts

and quote accordingly.

No, the previous SI has not worked on customization. The customization would

be finalized with support of new SI that could be done under 180 Man Month

(3960 Man Days). Any customization beyond 180 Man Month (3960 Man Days)

would be considered as change request.

34 1 47

The Agile Project Management Proposal must include the proposed

number of teams, team composition, roles of team members, and the

proposed project schedule and timelines and effort estimation. The

Project Management Proposal must include a preliminary schedule

that describes the total number of anticipated Agile Development

Cycles (ADC), and the

deliverables that are expected to be completed in each release

a) Is the bidder required to submit the Agile Project Management Proposal along with the

technical response document?

B) If yes, is the bidder expected to suggest the no. of ADCs, timelines, effort estimations

based on "6.4.1 Extended CAS Functional Requirements (Sample)"?

No, the proposal would be required to be submitted after the finalization of

customization requirement.

35 1 Para 1 47 Efforts of BA, DBA, Architect, QA, UI Designers etc.

We request department to clarify whether Bundled Effort has to be quoted & Is it included

in 180 Man Months or will it be in addition to 180 MM.

Yes, it should be bundled cost and should be quoted under 180 Man Month

(3960 Man Days).

36 1 Para 3 47 Agile Project Management Proposal

We request department to kindly clear the Scope of Work as we need to submit number

of teams, role of team members, project schedule & effort estimates which can only be

arrived after clarity on scope of work.

The proposal would be required to be submitted after the finalization of

customization requirement. The bidder need to provide the bundled cost for

onsite team deployment and backend support.

37 1 Section 5.1 47

CAS Customization and enhancement work is indicated as 180 person-

months on-site in this section with various project skills bundled

together.

Customization and enhancement work is indicated as 180 person-months on-site in this

section with various project skills bundled together. Additionally it has been mentioned

that services like UX, documentation SQA etc. to be provided. Please confirm whether

these additional services are bundled in above mentioned man months or is the bidder

required to size these and quote separately? Yes, the Man Month rate is for bundled services.

38 1 6.1/6.1.1 (a) (b) (c ) 52-56 Annexure-I: Service Level Agreement

Request Customer to reduce the rates of penalty from 2%, 5% and 10% of DC and DR

QR to 1%, 2% and 3% of DC and DR qr and also that overall penalty applicable for any of

the quarter during the Operation & Maintenance phase shall not exceed 10% of QGR

payment. No change in RFP

39 1 Clause 6.1 52

The deployed resources are entitled for 1 leave per month, with prior

approval from Nodal Officer. The leave not taken in that month would

be carried forward to next month subject to maximum of 12 leaves in a

year.

We believe that the project is a Fixed Price Contract not a T&M, hence our suggestion is

that the Resources will follow customer holiday calendar as doing in other projects and

leave will be as per NIIT policy.

The SI has to follow the Government of India calendar. Please refer clause 5.1 of

volume I of the amended RFP.

40 1

Clause 6.1, Anenxure

I 52 Service Level Agreement Purchaser is requested to insert standard uptime exclusions.

The planned downtime or scheduled maintenance would not be considered for

downtime calculation.

41 1 Clause 6.1Anenxure I 52 Service Level Agreement

The overall penalty applicable for any of the quarter during the Operation and

Maintenance phase exceeds 20% of QGR payment or 10% of cost of O&M Phase

(OPEX), then Purchaser shall have the right to terminate the contract. No change in RFP

42 1

The overall penalty imposed on the Bidder shall not exceed 1% of the affected services.

The penalty imposed on the Bidder shall be for reasons solely and entirely attributable to

the Bidder. No change in RFP

Page 4: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

43 1 General RPO / RTO not specified Please specify Recovery Point Objective/Recovery Time Objective Amended. Refer clause no 6.1.1(a) of Volume-I of amended RFP

44 1 Point no 6.2, Annexure-II HDD 1)      Request to reconsider returning of defective HDDs to SI/OEM No change in RFP

45 1 Point no 6.2, Annexure-II

Rqst. to modify that additional HW installation only to be done by SI & not by the supplier

on his own. Selection of additional hardware to be done in consultation with SI & OEM. Amended. Refer clause no 6.2(a) of Volume- I of amended RFP

46 1 62 Suppliment purchase by Buyer / No Warranty void

We suggest that department should only purchase OEM certified parts; otherwise OEM's

will not provide for the product.

We also like to add that SI will not be liable to provide any warranty for the supplement

product part. Amended. Refer clause no 6.2(a) of Volume- I of amended RFP

47 1 6.2 61

The SI will also ensure that there is a Service Center available or

setup at each district or a group of districts of the State, as per mutual

understanding between Rajasthan Police and the SI.

what kind of support is expected on these locations? Can this be delivered through SI's

partner network ?

Operation and Management Services (O&M). Yes but managing SLA would be

SI responsibility.

48 1 General concurrent connections expected in application What is the indicative concurrent connections expected in Application ?

Connection with PS and Higher offices provided in the amended RFP. Refer

clause 4.1

49 1 6.5 76 IT INFRASTRUCTURE REQUIREMENTS - DR Site Is physical presence of resources a mandatory required for DR site?

Would depend on agreed manpower deployment plan, but managing of DR

infrastructure and SLA compliance would be SI responsibility.

50 1

Antivirus

specifications Volume

I:Technical and

Functional

Requirment,Section

6.5.18 103

Should have Configurable Scanning. Should have the ability to control

the amount of CPU resources dedicated to a scan process.

This is OEM specific clause and the same should be deleted/changed can be done

automatically by the Antivirus agent by setting a CPU threshold rather doing it manually No change in RFP

51 1

Antivirus

specifications Volume

I:Technical and

Functional

Requirment,Section

6.5.18 103

Should support plug-in modules designed to add new security

features without having to redeploy the entire solution, thereby

reducing effort and time needed to deploy new

security capabilities to clients and servers across the network This is OEM specific clause and the same need to be deleted/changed the same can be

done without plugin thus making the solution and console easy to use No change in RFP

52 1

Antivirus

specifications Volume

I:Technical and

Functional

Requirment,Section

6.5.18 103

Should have Plug-in solutions - Stateful Inspection Firewall/IPS with

Virtual Patching, VDI, Data Protection, Mac Protection, Mobile

Protection without any additional

installation and should provide single console. This is OEM specific clause and needs to be deleted/changed because Firewall/HIPS and

Mac protection can be done withour plugin Amended. Refer clause 6.5.18(a) Point-32 of volume I of amended RFP

53 1

Antivirus

specifications Volume

I:Technical and

Functional

Requirment,Section

6.5.18 103

Should provide Data Loss Protection as an plug-in solution with the

capability of data protection with multichannel monitoring, robust rules,

and predefined policy templates This is OEM specific clause and this can be done without plugin architecture Amended. Refer clause 6.5.18(a) Point-33 of volume I of amended RFP

54 1

Annexure IV, Section

6.53 78 Figure 7: "Suggested End User connectivity". The figure is missing It is requested to share the missing figure Refer clause 6.5.3- Figure-7 of volume- I of amended RFP

55 1

Annexure IV, Section

6.53 79

Point no. ii and iii "SWAN Connectivity (SecLAN for Jaipur locations) -

Redundant Network" is same

Please confirm whether this is a typo error. If not, please provide the corrected inputs for

point no. iii. Deleted

56 1

6.6 Annexure V: Data

Capture and

Application Integration 176 Data Digitization

What will be the language (Hindi/English/Regional) in which data entry has to be carried

out? Both English and hindi

57 1

6.6 Annexure V: Data

Capture and

Application Integration 176 Data Digitization

SI assumes that from physical records data is to be digitized in the same language as it is.

i.e. If data in physical record is in Hindi than it is to be digitized in Hindi and if it is in

English than it is to be digitized in English only. Please confirm. Yes

58 1

6.6 Annexure V: Data

Capture and

Application Integration 176 Data Digitization

Is the SI required to digitize only case file (IIF1 to IIF7) or SI has to digitize some other files

and register?

If Yes, then what are the other type of files and registers and number of records for each

type of file/register that needs to be digitized?

The SI will have to digitize IIF1 to IIF7 with respect to case files and cases

related to standing warranty , proclaimed offenders, absconders and history

sheeters. The number of cases in respect standing warranty , proclaimed

offenders, absconders would be equal to their number, whereas one history

sheeters may have on average 10 cases against him. For all other details

please refer clause 6.6.1 (b)of volume I of amended RFP

Page 5: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

59 1

6.6 Annexure V: Data

Capture and

Application Integration 176 Data Digitization

What will be the average number of fields and average number of characters per record

for different type of documents that needs to be data entered?

Kindly share a sample for each type of document that needs to be data entered?

Amended. For case details please refer ncrb website (ncrb.nic.in/IIF.pdf) for IIF1

to IIF7. For History Sheeters the sample performa annexured in amended RFP.

Refer Annexure - X of clause 6.11(b) of volume I amended RFP

60 1

6.6 Annexure V: Data

Capture and

Application Integration 176 Data Digitization Apart from data entry, Is the SI required to scan the case files/documents/registers? No.

61 1

6.6 Annexure V: Data

Capture and

Application Integration 176 Data Digitization

If yes, then what will be the average number of pages per document for different type of

documents that needs to be scanned? Not Applicable

62 1

6.6 Annexure V: Data

Capture and

Application Integration 176 Data Digitization

Kindly confirm that the documents to be scanned are in loose form or they are in bound

form?

If documents are in bound form, kindly confirm that SI will be allowed to unbind and bind

the documents? Not Applicable

63 1

6.6 Annexure V: Data

Capture and

Application Integration 176 Data Digitization

Kindly confirm that scanning has to be done in B/w at 200 DPI and images will be saved in

PDF format? Not Applicable

64 1

6.6 Annexure V: Data

Capture and

Application Integration 176 Data Digitization

Pl confirm the infrastructure like space, furniture, electricity, power backup etc will be

provided by the CCTNS Rajasthan for digitization and SI will be responsible for providing

PCs, scannners & manpower for data digitization? Yes

65 1

6.6 Annexure V: Data

Capture and

Application Integration 176 Data Digitization

a) Kindly confirm that data entry has to be done at a centralized location or it has to be

done at multiple locations?

b) If it has to be done at multiple location then what will be the total number of locations

where we need to carry out the data entry and scanning job?

c) Kindly provide the location wise volume details as it will help in estimating the

manpower and PCs required at each location?

Amended. Entry at District or Circle level depending on the availability of power

and space at Circle level. No. of cases registered in various districts during the

relevant years provided in Annexure - X of clause 6.11(a) of volume I of

amended RFP

66 1 6.6 180

SI has to digitize around 20.56 lacs case files plus cases upto Project

Go-Live

Please provide exact number of records to be digitised/data entry category wise like FIR,

Registers etc. and number of pages to be scanned.

The SI will have to digitize IIF1 to IIF7 with respect to case files and cases

related to standing warranty , proclaimed offenders, absconders and history

sheeters. The number of cases in respect standing warranty , proclaimed

offenders, absconders would be equal to their number, whereas one history

sheeters may have on average 10 cases against him.For all other details refer

clause 6.6.1 (b), Annexure-X of 6.11 (b) of volume I of amended RFP and ncrb

website (ncrb.nic.in/IIF.pdf) for IIF1 to IIF7. Scanning is not required.

67 1 6.6 176

It is envisaged that Data digitization activity shall not be done through

scanning of documents… Kindly confirm if Scanning is not required at all? No scanning is not required.

68 1 6.6 176

It is envisaged that Data digitization activity shall not be done through

scanning of documents…

How is Photograph and other non standard document's detailed will be captured if

Scanning is not envisaged? Photograph is not required for crime detail.

69 1 6.6 176

… SI shall develop the requisite tools/ interfaces for capturing the

legacy data through operator based data entry including development

and customization of forms in enhanced CAS, wherever required.

Kindly confirm the number of fields for IIF 1 - 7 and other forms which has to be Data

Entered? Or you are looking for 100% Data Entry of all the Fields? Kindly share complete

scope as this scope is too ambiguous

The SI will have to digitize IIF1 to IIF7 with respect to case files and cases

related to standing warranty , proclaimed offenders, absconders and history

sheeters. The number of cases in respect standing warranty , proclaimed

offenders, absconders would be equal to their number, whereas one history

sheeters may have on average 10 cases against him. For all other details refer

clause 6.6.1 (b), Annexure-X of 6.11 (b) of volume I of amended RFP and ncrb

website (ncrb.nic.in/IIF.pdf) for IIF1 to IIF7. 100 % of data entry of all field is not

required, only relevant and mandatory field would be captured. Please also refer

CAS SRS (latest) for mandatory fields to be entered.

70 1 6.6 176

… SI shall develop the requisite tools/ interfaces for capturing the

legacy data through operator based data entry including development

and customization of forms in enhanced CAS, wherever required. Can we use existing system of 'CCIS' across all locations to complete Data Entry? CCIS system is not currently operational at any location.

Page 6: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

71 1 6.6 180 1. Legacy data: - Digitization

Kindly confirm at how many locations Digitization activities needs to be carried out? Or

customer is arranging for Centralized scope at their own cost

Entry at District or Circle level depending on the availability of power and space

at Circle level. No. of cases registered in various districts during the relevant

years provided in Annexure - X of clause 6.11(a) of volume I of amended RFP

72 1 6.6 180 1. Legacy data: - Digitization

Kindly confirm if all required Infrastructure, like, Space, Power, Scanner, Computer, etc.

will provided by customer

The space, power, connectivity and furniture would be provided by Rajasthan

Police and all other requirements would be provided by SI

73 1 6.6 180

1. Legacy data: - Digitization - 20.56 lacs case files plus cases upto

Project Go-Live

Kindly confirm total number of IIFs with break-up of IIF 1 - IIF 7 and other documents; as

case file is very generic term and volume estimation is not possible.

Amended. The SI will have to digitize IIF1 to IIF7 with respect to case files and

cases related to standing warranty , proclaimed offenders, absconders and

history sheeters. The number of cases in respect standing warranty ,

proclaimed offenders, absconders would be equal to their number, whereas one

history sheeters may have on average 10 cases against him. For all other

details refer clause 6.6.1 (b), Annexure-X of 6.11 (b) of volume I of amended

RFP and ncrb website (ncrb.nic.in/IIF.pdf) for IIF1 to IIF7.

74 1 6.6 180

1. Legacy data: - Digitization - 20.56 lacs case files plus cases upto

Project Go-Live Kindly confirm the total pages in scope of digitization Amended. Refer clause 6.6.1 (1) and Annexure-X of 6.11 (b) of volume I

75 1 6.6 180

1. Legacy data: - Digitization - 20.56 lacs case files plus cases upto

Project Go-Live

If CIPA or CCIS data is having missing details, is Data entry and scanning is in scope of

SI? The missing entry for atleast mandatory fields needs to be captured.

76 1 6.6 180

1. Legacy data: - Digitization - 20.56 lacs case files plus cases upto

Project Go-Live

Please share sample empty and filled IIFs and Registers for better understanding and

sizing

Amended. For case details please refer ncrb website (ncrb.nic.in/IIF.pdf) for IIF1

to IIF7. For History Sheeters the sample performa is provided at Annexure-X of

6.11 (b) of volume I of amended RFP

77 1 6.5.7 82

Set-up at Data Centre and DR Site. Militarized and De-Militarized

Zone at Data center: Single Sign ON Client required Mail server users will be authenticated by AD server.

Authentication would be done by Access Control Server/Single Signon

Server/Enterprise Access Server

78 1

Section 4.15, Sub

section (e) -

Availability, Page 44 44

The agency shall perform various tests including network, server,

security, DC/DR fail-over

tests to verify the availability of the services in case of

component/location failures.

Keeping in view the critical nautre of CCTNS application and the impact of a disaster on

the services offered to citizens, does Rajasthan Police desire an STQC certified, tool

based DR Management system which can facilitate the following?

1. Provide a centralized repository which will facilitate a workflow based approach to test

DR for all possible disaster scenarios including the component level failures?

2. Provide a workflow based, automated mechanism to perform single-click drills for all

possible disaster scenarios to reduce the RTO?

3 . A mechanism to execute drill/recovery procedure workflows in dry-run mode to ensure

assurance of success of drill/recovery for all possible scenarios?

4. Reduce the people and time required for conducting DR testing?

5. Provide a historical capture of all the DR drills conducted to ensure adherence to

defined RPO and RTO?

Note: A centralized repository of all possible disaster/failure scenario plans with a

console for real-time tracking and historical capture reports enable an

organization to have greater assurance of disaster recovery and analyze the same

to eliminate any gaps RFP provides minimum specification and any value add feature are acceptable.

Page 7: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

79 1

Section 4.15, Sub

section (d) -

Performance 44

Parameters include request response time, work-flow processing

time, concurrent sessions supported by the system, Time for recovery

from failure, Disaster Recovery drill etc.

Keeping in view the critical nautre of CCTNS application and the impact of a disaster on

the services offered to citizens, does Rajasthan Police desire an STQC certified, tool

based DR Management system which can facilitate the following?

1. Provide a web-based dashboard which facilitates a real time view of DR drill as it is

executed, with details about each and every step for time taken, success status, activity

executed etc?

2. Provide a workflow based, automated mechanism to perform single-click drills/recovery

to reduce the RTO?

3. A centralized repository to create and store the DR and drills plans/procedures which

be executed with a single-click whenever required ?

4. A mechanism to execute drill/recovery procedure workflows in dry-run mode to ensure

assurance of success of drill/recovery?

5. Reduce the people and time required for conducting monthly drills?

6. Provide a historical capture of all the DR drills conducted to ensure adherence to

defined RPO and RTO?

Note: A tool based execution of drills/recovery facilitates performance indicators

of DR by capturing the 2 key DR SLAs, RPO and RTO RFP provides minimum specification and any value add feature are acceptable.

80 1 Point e (Availability) 44 To ensure NSPOF, FC IP routers quantity in the BOQ 2 to be revised to 04. RFP provides minimum specification and any value add feature are acceptable.

81 1

Section 4.15, Sub

section (g) - SLA

reporting system,

Page 45 45

The EMS deployed for system, based on

SLAs, shall be configured to calculate the monthly transaction-based

payout by Rajasthan

Police to SI.

Keeping in view that the SLA for DR needs to be measured for payouts, does Rajasthan

Police desire an STQC certified tool which will facilitate the following:

1. Real time and historical capture of RPO at database level and RTO for critical CCTNS

applications along with alerts for any deviations?

2.The DR Management solution should have a reporting module which provides out-of-the-

box BCP/DR readiness reports like BCP testing, DR Readiness, application readiness,

DR Integrity etc. It should have an advanced reporting module which should be able

provide custom reports which can be exported to popular reporting engines/EMS?

3. Track changes in the environment, capture events and send alerts for any event that

impacts DR readiness of mission critical applications?

Note: A real time and historical capture of DR SLAs like RPo, RTO, testing will

facilitate a view of DR readiness and help Rajasthan Police verify the payouts. RFP provides minimum specification and any value add feature are acceptable.

82 1 4.8 (f) 37 Test Management Plan

Request Cusomer to include the “deemed acceptance clause” in the acceptance testing

procedure:

The deliverables installed shall be deemed as accepted after the seven days of its

Installation. In case of any Acceptance test, the procedure shall be mutually agreed at the

time of award and the test shall carry out within seven days of the Installation. In case of

failure to conduct the test within stipulated time period, the deliverables shall be deemed

as accepted. The certificate of acceptance shall be released within seven days of the

acceptance. In case of failure to release the acceptance certificate within stipulated time

period, the acceptance certificate shall be deemed as released.

Such certificate/final acceptance certificate shall not unreasonably be withheld nor will the

engineer delay the issuance thereof, on account of minor omissions or defects which in

the opinion of the engineer do not affect the commercial operation and/or cause any risk to

the equipment.

No change in RFP

83 1 4.8 (g) 41

When the Rajasthan Police accepts the deliverable, the Rajasthan

Police will provide a signed

acceptance letter to the System Integrator at the conclusion of the

ADC Review meeting.

Request customer that the signed acceptance letter must be provided by it within7 days of

accepting the deliverable to the System Integrator, else the same shall be deemed to have

been provided by the Rajasthan Police to the System Integrator. No change in RFP.

Page 8: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

84 1 Point 5.1.5 49

The System Integrator will need to establish a temporary project office

at SCRB, Jaipur Rajasthan. All costs associated with establishing and

maintaining temporary project office ……….. cmc requets the same to be included in the BOQ sheet line item. No change in RFP.

85 1 50

The System Integrator must develop adequate meeting room to

accommodate required System Integrator staff and up to 20 members

from Rajasthan Police, as specified by theRajasthan Police, attending

regular planning, review, status, and strategy meetings. The System

Integrator is responsible for furnishing appropriate equipment that will

accommodate, at minimum, 30 Rajasthan Police, and the System

Integrator’s developers, testers, technical writers, and other staff. The

System Integrator is responsible for the furnishing of the telecom

equipment to accommodate phone lines, network access, and

supplies for the facility, for Rajasthan Police staff.

1. Kindly confirm the seating capacity (20 or 30) + SI staff for meeting room. What will be

the location of the meeting room?

2. Is any civil work involved? Please share the scope of work.

3. Does SI need to provide the furniture like table and chair?

4. Kindly share the infrastructure required like computer, printer, switch/router/firewall for

network access?

5. What is internet bandwidth capacity required? Intranet bandwidth shall be from SWAN

and SecLAN. Please advise

6. How many telephone lines are required? Who shall pay the monthly recurring charges?

6. We understand that UPS power and cooling shall be provided and arranged by the

department.

Please confirm

1. Workspace for 30 persons and meeting room for 20 persons needs to be

developed at SCRB, Jaipur.

2. No civil work is required.

3. Yes all furnishing requirement needs to be provided by SI.

4. All necessary infrastructure like computer, printer, telephone, LAN creation,

projector, power point, electric cabling, furniture, air conditioning etc would be

provided by SI.

5. The connectivity would be provided by Rajasthan Police.

6. Please refer clause no 6.1.1 (b) of volume I of amended RFP

7. The UPS for computer to be provided for such requirement would be

provided by SI

86 1 50

The meeting rooms must have, at a minimum, two computers with

Internet and Intranet access, two projectors for displaying Internet-

based and Windows PowerPoint presentations, telecom equipment

with high-quality speakerphones for remote staff to attend meetings by

telephone, and ability to access network printer(s) in the same

building for use by meeting participants. Meeting rooms must also

accommodate video conferencing and web-based application sharing

for attendees.

How many meeting room are envisaged? We understand that UPS power and cooling,

electrical cabling shall be arranged and provided by department? SI need to provide the

IT infrastructure. Please confirm

1. Workspace for 30 persons and meeting room for 20 persons needs to be

developed at SCRB, Jaipur. 2. No civil work is required. 3. Yes all furnishing

requirement needs to be provided by SI. 4. All necessary infrastructure like

computer, printer, telephone, LAN creation, projector, power point, electric

cabling, furniture, air conditioning etc would be provided by SI. 5. The

connectivity would be provided by Rajasthan Police. 6. Please refer clause no

6.1.1 (b) of volume I. 7. The UPS for computer to be provided by SI.

87 1 50

The meeting rooms must have, at a minimum, two computers with

Internet and Intranet access, two projectors for displaying Internet-

based and Windows PowerPoint presentations, telecom equipment

with high-quality speakerphones for remote staff to attend meetings by

telephone, and ability to access network printer(s) in the same

building for use by meeting participants. Meeting rooms must also

accommodate video conferencing and web-based application sharing

for attendees.

Please share the minimum specification for Video conferencing equipment. How many

party VC is required?

Amended. Minimum specification provided at Annexure XI clause 6.12 (b) of

volume I of the amended RFP. The videoconferencing with District offices would

be held through NIC. The maximum number of party may go upto 50.

88 1 5.1.6 50 Meeting Rooms and Workspace Requirements

Cost associated for setting up meeting rooms and workspace will be a part of the bid,

please confirm Yes

89 1 50

5.1.7 Indicative Customization and Integration List

State Police Portal, e-Sugam, IFMS, e-GRAS (https://egras.raj.nic.in/),

RTI, ATS, Business Intelligence Tool, Jail, e-Courts, ITMS (Integrated

Traffic Management System), e- Office, Motor Vehicle Coordination

System, iHRMS, Vahan, Sarthi, Tallash, CCC, e-District, SSDG,

Passport, e-Challan, Dreams (http://dreams.raj.nic.in/), Vidhan Sabha

Question Monitoring System, Inventory Management System, Vehicle

Fleet management System, Files / Letter Monitoring System, Audit

Para management System, Zonal Integrated Police Network

(ZIPNET), SmartCop, Budget Monitoring System.

For each of the applications mentioned here please specify

a) Whether customization is required or integration to CAS is required?

B) What is the platform of the application - front end / backend?

C) Is the application centralized or decentralized?

D) In case integration is required, will the integration be on real time basis or at data

level?

e) Is the application capable of exposing / consuming web services?

This is indicative list. The customization and integration requirement would be

finalized after bidder selection. This would be required to be done under 180

Man Month (3960 Man Days) effort.

90 1 Sec 5.1.7 50 Indicative Customization and Integration List

We request department to kindly clarify which all modules need to be customized and

which are the modules to be integrated with.

This is indicative list. The customization and integration requirement would be

finalized after bidder selection. This would be required to be done under 180

Man Month (3960 Man Days) effort.

91 1 5.1.7 50 Indicative Customization and Integration List

Please provide detailed scope of work, as most of the applications are designed and

developed by other agencies. Who will provide detail documentation and code?

This is indicative list. The customization and integration requirement would be

finalized after bidder selection. This would be required to be done under 180

Man Month (3960 Man Days) effort.

Page 9: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

92 1 55

Successful Bidder should setup a centralized IVRS based helpdesk at

SCRB.

Please advise on the IVR menu tree. It shall also require EPABX. What is no. of

concurrent calls hitting the EPABX? Please share the minimum technical specifications of

EPABX. Amended. Please refer clause 6.1.1 (b) of volume I of amended RFP.

93 1 55

Successful Bidder shall arrange and maintain within the contract value

and throughout the contract period, all infrastructure necessary for

managing the Help Desk including provisioning and rent charges for

One Toll-free number and minimum 3 telephone line(s) at the Help

Desk

location.

Please confirm who shall share the recurring charges for Toll free number? Kindly share

the estimated volume of calls on toll free per month.

The cost of toll free number and recurring cost to be borne by Bidder throughout

the project period.

94 1 55

Successful Bidder shall arrange and maintain within the contract value

and throughout the contract period, all infrastructure necessary for

managing the Help Desk including provisioning and rent charges for

One Toll-free number and minimum 3 telephone line(s) at the Help

Desk

location.

We understand that the space, power, cooling shall be department's responsibility for

setting up helpdesk.

It would be the responsibility of Bidder to provide such requirement and

maintain a conducive environment for user to work. Only the space and

connectivity would be provided by Rajasthan Police. Everything else would be

the responsibility of SI.

95 1 55 Minimum 3 persons should be available at Help Desk on 24X7 basis.

Kindly advise if 3 persons are required in each of the 3 shifts or minimum 1 person in each

shift Minimum 3 persons per shift.

96 1 6.1.1 85 SLA

Request to add: The overall maximum penalty that can be imposed on Wipro under this

Agreement shall not exceed 10% of the Total Contract Value. No change in RFP

97 1 6.1.1 (b) 55 IVRS/Seats

Please clarify whether IVRS is required or not and also the no. of seats.can bidder setup

NOC at his own premises at different location/state?

Please refer clause 6.1.1 (b). Yes. IVRS is required and NOC has to be setup at

SCRB, Jaipur.

98 1 p. IDS/IPS 154/211

1GBPS of threat prevention throughput (real time traffic) with IPS,

Gateway

Antivirus, Antispyware & Anti malware modules & signature enabled

from day one

It is highly recommended to modify the clause as"2 GBPS of threat prevention throughput

(real time traffic) with IPS, Gateway

Antivirus, Antispyware & Anti malware modules & signature enabled from day one RFP provides minimum specification and any value add feature are acceptable.

99 1 6.1.2 56 Mandatory Qualification Criteria for Key Profiles and Numbers

The list of personnel does not include the qualifications and experience for the Trainers

who would be deployed by SI. Bidder assumes that there is no minimum requirement.

Please confirm.

The bidder should provide the trainer who is qualified enough to provide the

requisite training and has experience for the same

100 1 Clause 6.1.2 58

Team Leader Capacity Building throughout implementation period

Should have a minimum educational qualification of a post graduate

degree like MCA / MBA (Full Time)

We believe that a Full time MBA or MCA as training lead will effect the TCO of the project.

We understand that a MBA or graduate having good relevant experience can also work as

Team Lead and it will also have an impact on the cost of the project. Amended. Refer clause 6.1.2 of Annexure-I of volume I of amended RFP

101 1 Clause 6.1.2 58

Change Management Expert throughout implementation period

Should have a minimum educational qualification of MBA (Full Time)

in Human Resources

We believe that a Full time MBA in HR as Change Management Expert is not required.

We understand that a MBA or graduate having good relevant experience can also work as

Team Lead and it will also have an impact on the cost of the project. Amended. Refer clause 6.1.2 of Annexure-I of volume I of amended RFP

102 1 Clause 6.1.2 58

Team Leader Data Migration throughout implementation BE/ B. Tech

(in Computer Science/ IT) /MCA or equivalent

Kindly clarify, For Data Digitization can a person completed MBA be considered or Btech

in any stream can be considered like Electronics with some Computer certification , GNIIT

, O Level No change in RFP

103 1

Section -6.1.2.

Mandatory

Qualification Criteria

for Key Profiles and

Numbers

Should possess a minimum educational

qualification of BE / B. Tech (in Computer

Science/ IT) or MCA

Please modify as "Should possess a minimum educational qualification of BE / B.

Tech/MCA" No change in RFP

104 1

Section -6.1.2.

Mandatory

Qualification Criteria

for Key Profiles and

Numbers Sample CVs of resources

Please let us know whether one sample CV each for the below mentioned roles is

required to be submitted in the proposal

i), System Administrator (O&M)

(ii)Network Administrator (O&M)

(iii) Database Administrator (O&M)

(iv) Help Desk Operator

(v) Agile Software Development Team

Yes sample CV is required to be submitted along with technical proposal. The

resource to be deployed would be first evaluated on the basis of qualification

mentioned in the amended RFP and personal interview.

Page 10: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

105 1

Section -6.1.2.

Mandatory

Qualification Criteria

for Key Profiles and

Numbers Sample CVs of resources

Please let us know if sample CVs for the below mentioned roles are required in the

proposal. These are not mentioned as mandatory resources in Vol 1 , Section 6.1.2

i) Information Security Expert during O&M phase

ii)Quality Assurance Leader during implementation period

iii)Business Analyst during implementation period

iv) Change Management Expert throughout

implementation period

Yes sample CV is required to be submitted along with technical proposal. The

resource to be deployed would be first evaluated on the basis of qualification

mentioned in the amended RFP and personal interview.

106 1

6.1.2 Point 12 to 15

/59

System Administrator (during O&M period ) - 2 in shifts (1per shift)

available for 24*7/ other similar domains mentioned

2 resource cannot manage 24X7 avialability. Pls suggest if this 16X6 support required ?

For 24X7 we need minimum 4 resources with 1 in each shift

Minimum 1 person should be available for 24*7. This would be applicable for

Network Administrator, Database Administrator, System Administrator.

107 1 57& 58

Project Manager throughout the Project " The person suggested

should have minimum educational qualification like BE/ B. Tech/MCA

or equivalent and MBA (Full Time)"

Request you to remove MBA from the eligibility criteria. Resources do PRINCE and PMP

for such profile. Finding resources with MBA qualification for such profile is very difficult

that too in a state like Rajasthan. We have experienced this in many projects. Suggestion not accepted

108 1 Clause 6.1.2 56

Manadatory qualification is BE/B.Tech/MCA or equivalent and MBA

(Full Time) with PMP certification

We feel that current requirement is quite a complex education combination going by the

need and actual requirement of the project. These kind of requirement will increase the

overall value of the project. Suggestion not accepted

109 1 Clause 6.1.2 59

Team Lead(Operations)--Should have a minimum educational

qualification like BE / BTECH / MCA or equivalent with an additional

MBA (Full Time) degree

We suggest that BE/BTECH/MCA with an additional MBA(Full Time) should not be

mandatory. as this will impact our cost for resources. In place of MBA degree process

related knowledge is more important for this profile. Suggestion not accepted

110 1 6.2 (a) 61-62

If the new equipment supplied is priced lower than the price at which

the original item was supplied, the differential cost should be refunded

to Rajasthan Police.

Request customer to delete this provision as replacement is done as per the requirements

of warranty and at that time the price of replaced item can be higher or lower than the

price at which original item was supplied. However, no price benefit can be given. No change in RFP

111 1 6.2a 62

In case any hard disk drive of any server, SAN, or client machine is

replaced during warranty / AMC the unserviceable HDD will be

property of Rajasthan Police and will not be returned to SI.

As a standard OEM policy the faulty components automatically become property of OEM.

This is OEM purview not SI, please clarify No change in RFP

112 1 6.2 (b) 62

SI should carry out any requisite adjustments / changes in the

configuration for implementing different versions of Application

Software.

Request customer that if any requisite adjustments / changes in the configuration for

implementing different versions of Application Software requires additional cost to be

incurred by the System Integrator, the same shall be paid/reimbursed by Rajasthan

Police. No change in RFP

113 1 6.2 (c) (iv) 65

SI shall incorporate technological changes, and

provide enhancements as per the requests made by state

Request cutomer to treat the incorporation of technical changes as per change order

process and make the payment accordingly. No change in RFP

114 1 Sec 6.4.1 50 Sample FRS

Sample FRS does not define the complete scope of the project. We request department

to kindly provide the FRS which clearly define the scope of project.

The customization would be finalized with support of SI that could be done

under 180 Man Month (3960 Man Days). Any customization beyond 180 Man

Month (3960 Man Days) would be considered as change request.

115 1 Section 6.4.1 72 Extended CAS 'sample' requirements are indicated in this section.

Is it possible to share the 'firm list of requirements' for extended CAS and Integration

requirements?

The customization would be finalized with support of SI that could be done

under 180 Man Month (3960 Man Days). Any customization beyond 180 Man

Month (3960 Man Days) would be considered as change request.

116 1 6.4.1 72 Extended CAS Functional Requirements (Sample)

How the cost will be calculated for agile development where complete requirement/ scope

of work is not given (Only sample requirement given)? Please clarify

The customization would be finalized with support of SI that could be done

under 180 Man Month (3960 Man Days). Any customization beyond 180 Man

Month (3960 Man Days) would be considered as change request.

117 1 Section 6.5.11 88

The remaining IT Infrastructure items are as shown below for

procurement:

Global Load Balancer 1

Server Load Balancer 1

As per Section 6.5.6/ Page 82, The Network Infrastructure (Switches , firewalls, IDS / IPS ,

routers, server load balancer, etc) has been configured in active – active and in high

availability mode. Where as the quantity for Global Server load balancer and server load

balancer is only one which is single point of failure and will impact the service level

agreement (SLA) required as mentioned in the RFP. It is suggested " to increase the

quantity to of Server load balancer and global server load balancer to 2 in high availability

"

RFP provides minimum specification and any value add feature are acceptable.

The compliance of SLA would be SI responsibility.

118 1 87 Existing Application Software at DC

Is the no. of licences available for variuos components at SDC sufficient as per State

Police?

The details of existing software licenses is available at 6.5.11 of volume I of

amended RFP. For existing and proposed hardware, additional licenses

required, if any and as applicable shall be provided by Bidder for end to end

deployment of the overall solution.

Page 11: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

119 1 87 Operating System and Database Licences

We understand that the Microsoft Operating System and Database licenses are procured

by the department. Please advise if SI need to procure any OS and DB licenses for DC

and DR Site.

The details of existing software licenses is available at 6.5.11 of volume I of

amended RFP. For existing and proposed hardware, additional licenses

required, if any and as applicable shall be provided by Bidder for end to end

deployment of the overall solution.

120 1 87 Operating System and Database Licences

The Service Assurance for Microsoft stack is till Jan 2015. Please advise department shall

renew the SA after Jan 2015. The cost shall be borne by the department.

The cost towards the renewal of all existing and proposed licenses, if any and

as applicable shall be borne by the Bidder for the entire contract period.

121 1 87 Sharepoint licenses

We understand that the Microsoft Sharepoint licences and CALS are already procured by

department. Please advise if SI need to procure any additional CALS for windows or

sharepoint.

The details of existing software licenses is available at 6.5.11 of volume I of

amended RFP. For existing and proposed hardware, additional licenses

required, if any and as applicable shall be provided by Bidder for end to end

deployment of the overall solution.

122 1 88 Server Load Balancer and Global Load Balancer requirement

The quantity required is 1. Is department not looking for high availability in SLB and

GSLB? Please advise

RFP provides minimum specification and any value add feature are acceptable.

The compliance of SLA would be SI responsibility. Please refer clause 6.5.11 of

volume I.

123 1 86 EMS Server

7 Server are procured by the department for EMS functionality. Kindly advise the OS and

DB required are also procured for EMS?

The details of existing software licenses is available at 6.5.11 of volume I of

amended RFP. For existing and proposed hardware, additional licenses

required, if any and as applicable shall be provided by Bidder for end to end

deployment of the overall solution.

124 1 86 SAN Storage Capacity

HP F400 3Par storage with backup software is provided at SDC. Please share the

capacity of the SAN at SDC. The SAN at SDC is of 30 TB (Raw).

125 1 86 SAN Storage Capacity Please share the storage capacity in SAN requried at DR Site. The asked storage is of 30 TB (Raw) at DR scalable upto 60 TB (Raw).

126 1 Section 6.5.11 85

Existing Application Software at DC suggest selection of CAS tech

Stack in favour of Tech Stack - 2 (Microsoft). Does Rajasthan Police have any preference for tech stack adopted for the solution?

No. The previous selected SI proposed and deployed MS stack as mentioned in

the RFP.

127 1

Annexure IV, Section

6.5.11 86

Table no. 8 Access switch warranty date is mentioned as "26 May

2111" Please confirm the correct date The date is correct.

128 1

Annexure IV, Section

6.5.11 86 Figure 10: "Proposed DR". The figure is missing It is requested to share the missing figure Refer clause 6.5.12 - figure 10 of volume I of amended RFP

129 1 6.5.11 85 Warranty upto - 30-Apr-15

Existing hardware warranty supplied by old SI is valid till April 15. What is SI scope of

warranty/period on existing hardware for new SI?

The warranty for the extended time period as envisaged in this RFP is under

bidder's scope, would be required to be provided by bidder.Refer clause 4.3.2

Table 2 of volume II of amended RFP

130 1 6.5.11 86 Existing Application Software at DC

Existing Hardware / software are based on Microsoft Stack provided by old SI. Is it

mandatory to quote Microsoft stack for seamless integration and investment protection?

As department had already procured Microsoft components/ licenses for data centre and

client. Please clarify

The previous SI has provided MS Stack for DC component. If the bidder wants

to change the stack the cost of changing the same should be incorporated in

commercial bid.

131 1 Clause: 6.5.11 85 Hardware at the DC

There is description multiple hardware that needs to be provisioned at the DC. However

its is also mentioned that Data center will be collocated in the State Data Center. The

following components have been used:

Kindly Clarify the following:

1) What are the common Datacenter Facilities that shall be available for use. Like power

cables, LAN cables, Seating etc. Please elaborate on the same

2) Kindly let us know if the SI has to also quote for the required power cables, power

sockets, LAN passive cabling, Racks etc that needs to be included in SI's scope of work Refer clause 6.5.10 of volume I of amended RFP.

132 1 6.5.11 85 Hardware at the DC Please provide serial no details along with passive components if any. Amended. Refer Annexure - IX- clause 6.10(a) of volume I of amended RFP

133 1 6.5.11 85

EMS Server HP BL460c G7 Window Server 2008 R2 Standard/Cent

7 30-Apr-15

These 7 EMS Servers are for information purpose only or is bidder required to use these

servers? The SI has to use the existing infrastructure available at DC & client locations

134 1 90 DR Architecture The page is blank and Suggested End User Connectivity. Please share the same. Amended. Refer clause 6.5.3 - figure 7 of volume I of amended RFP

135 1 6.5.12 DR Site 90 Figure 10: DR architecture: Please share the DR Architecture diagram as it is not there in the rfp doc. Refer clause 6.5.12 - figure 10 of volume I of amended RFP

Page 12: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

136 1 91 The replication from DC to DR site will happen through log-shipping. Please advise the software for log shipping is already procured by the department. No. To be provisioned by Bidder.

137 1 91 6.5.14 Co-located with CCTNS DR Site:

Please advise the cost of co-location at DC and DR shall be borne by the department

directly. No cost of co-location is associated with DC & DR

138 1 Section 6.5.15 91

NIC Delhi has provided space for 3 Racks for the establishment of DR

site at New Delhi. However Server Racks/ Blade chassis would be

provided by SI for DR based on the proposed BOM in next section.

As mentioned on page 91, DR site will be located in New Delhi and will be connected with

an MPLS/Leased link with the SDC at Jaipur. As per bill of Material of DR, there is no line

item for Server load Balancer and Global server load balancer. As per network

architecture the DC-DR failover is performed by Global Server load balancer, it is

mandatory to deploy global server load balancer in DR with at least qty of 1. The

application servers in DR are mentioned are 2, so it is required to have Server load

balancer also in DR for high availability of servers. In case of DC fails then server load

balancer and global server load balancer in DR will help to achieve required SLA.

The SI shall use Global Load Balancer and Server Load balancer as provided

by NIC Delhi. The compliance of SLA would be SI responsibility.

139 1 92 Software at DR Site:

Please advise if the SI need to provide the software as per list provided. Operating system

and DB licences are already procured by the department

The details of existing software licenses is available at 6.5.11 of volume I of

amended RFP. For existing and proposed hardware, additional licenses

required, if any and as applicable shall be provided by Bidder for end to end

deployment of the overall solution.

140 1 92 HIPS - 1 Please confirm if department is looking for unit rate for HIPS? The SI shall provide all required licenses for the proposed solution.

141 1 Clause: 6.5.15 91 Hardware at the DR Site

There is description multiple hardware that needs to be provisioned at the DC. However

its is also mentioned that Disaster Recovery site is collated with the common CCTNS DR

site (NIC Delhi), the

following components may be used commonly:

a) DR Site components (cooling, cabling etc.)

b) Rack space

c) Physical Security

d) WAN Link (DR-DC)

Kindly Clarify the following:

1) What are the common Datacenter Facilities that shall be available for use. Like power

cables, LAN cables, Seating etc. Please elaborate on the same

2) Kindly let us know if the SI has to also quote for the required power cables, power

sockets, LAN passive cabling, Racks etc that needs to be included in SI's scope of work Please refer clause 6.5.10 and 6.5.14 of volume I of amended RFP

142 1 93

38 locations from Jaipur west & Jodhpur West have been provided

equipped with client side hardware and would be taken over by SI.

We understand that the warranty and support for existing hardware at 38 pilot locations

shall be renewed by department. The cost shall be borne by the department. SI shall

maintain the hardware for contract period. Please confirm

Yes the cost would be borne by Bidder. For other details refer Annexure- IX

clause 6.10 & 6.5.16 of volume-I of amended RFP.

143 1 96 Paper & Toner

We suggest that consumables should be procured directly by the department as a best

practise. This shall be procured on actual basis as the cost of consumables shall be keep

on varying over the period of contract. No change in RFP

144 1 95 Workstation Please advise the use of workstation? Will it be used for offline functionality? It would serve the purpose of Offline Server at Police Station.

145 1 6.5.16 96 Generator (2.1 kVA)

Required capacity of Genset is 2.1 KVA, will it be sufficient enough to charge the 2 KVA

UPS, what type of additional load to be put on Genset in addition to IT component. Please

clarify

The Gen Set of 2.1 kva is sufficient to charge 2 Kva UPS. The same has been

achieved in other states.

Page 13: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

146 1 Clause: 6.5.16 93 Client/ User Locations

As per the RFP 38 locations from Jaipur west & Jodhpur West have been provided

equipped with client site hardware and would be taken over by SI,

However the Infrastructure present at these 38 sites covers only IT infrastructure details.

Kindly share the details (Make, Model and Quantity) of Non IT infrastructure also at these

sites for the following equipment's:

- Workstations

- UPS (2KVA)

- UPS (1 KVA)

- Generator (2.1 KVA)

- Switch 16 Port

- Digital Camera

- Electronic Pen

- Environment Control (AC)

- Computer Table

- Chair

- Fire Extinguisher

- Site Preparation (Networking, Earthing, Electrification with Power strips)

- White board (min 2 ft.X2 ft.) Refer Annexure- IX clause 6.10 & 6.5.16 of volume-I of amended RFP.

147 1 6.5.16 85 Existing Hardware at Client Location Please provide serial no details along with passive components if any. Amended. Refer Annexure - IX- clause 6.10(a) of volume I of amended RFP

148 1 96

Site Preparation (Networking, Earthling, Electrification with Power

strips) - 479

Please confirm the count includes all locations CIPA, Non-CIPA and higher offices where

site preparation is required. Refer clause 6.5.17 of volume I of amended RFP.

149 1 96

Client Location Scope

Police Station Non- CIPA 194

Higher Offices 330

As per Page 96, Site preparation is required ar 524 locations but as per Table 13:

Proposed Bill of Material (BoM) for Client locations- Site preparation asked is 479. Please

clarify Site preparation is to be done at 479 locations.

150 1 102

The LAN cabling/ Electric cabling covered under CIPA locations are

mostly found to be unstructured and would need to be upgraded to

meet the requirements of CCTNS application deployment and hence

up gradation of the same is proposed.

Please confirm if SI need to do site preparation at CIPA locations also.

As per Page 96, Site preparation at CIPA locations is not required.

Please clarify.

Please advise how many locations need to be upgraded for LAN and Electrical cabling

Site Preparation is not required at CIPA location, though if the particular CIPA

site need some upgradation in LAN cabling that should be done by Bidder at no

additional cost.

151 1 Annexure IV 97 CIPA phase II & HI Police Stations 1. Site Preparation - No

Since Bidder is not required to do site preparations for these Police Stations, kindly

confirm that existing Networking, Electrical cabling (including earthing) is in usable

condition & can be reused.

Site Preparation is not required at CIPA location, though if the particular CIPA

site need some upgradation in LAN cabling that should be done by Bidder at no

additional cost.

152 1 Annexure IV 98

HARDWARE (POLICE STATIONS) - CIPA phase I

1.     CIPA Phase I 103 locations hardware is not in usable condition

2.        Site Preparation - No

Since Bidder is not required to do site preparations for these Police Stations, kindly

confirm that existing Networking, Electrical cabling (including earthing) is in usable

condition & can be reused.

Site Preparation is not required at CIPA location, though if the particular CIPA

site need some upgradation in LAN cabling that should be done by Bidder at no

additional cost.

153 1 6.5.17 102 SI shall prepare a platform to install DG set at appropriate location.

Will department provide smooth surface for preparation of DG platform and also please

provide specification of plateform

The SI would be required to prepare the platform based on the dimension of DG

set to be supplied.

154 1 6.5.17 102

Site Preparation: The LAN cabling/ Electric cabling covered under

CIPA locations are mostly found to be unstructured and would need to

be upgraded to meet the requirements of CCTNS application

deployment and hence up gradation of the same is proposed.

Site preparation / up gradation of CIPA site (LAN. Electrical etc.) part of SI scope? Please

clarify, if yes please provide the detail scope

Site Preparation is not required at CIPA location, though if the particular CIPA

site need some upgradation in LAN cabling that should be done by Bidder at no

additional cost.

155 1 Clause: 6.5.17 102 Requirements at Client Location

Under the clause "Other requirements" it is mentioned for Site preparation that "The LAN

cabling/ Electric cabling covered under CIPA locations are mostly found to be

unstructured and would need to be upgraded to meet the requirements of CCTNS

application deployment and hence up gradation of the same is proposed. SI shall prepare

a platform to install DG set at appropriate location."

There are no details provided on the existing locations where the site infrastructure

Upgradation is required. Kindly share details of the Equipments at each CIPA locations so

that the scope is clear and appropriate solution is proposed.

Site Preparation is not required at CIPA location, though if the particular CIPA

site need some upgradation in LAN cabling that should be done by Bidder at no

additional cost.

Page 14: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

156 1 101 Lan Cabling

The Qty given is 479. 1. Does this mean we need to

do cabling for 479 points ? 2. How this figure 479 is arrived at ? Can we get NDL.

3.Technical specifications for standard of cabling required is not available in RFP.

4. RFP talks about Client Sysyems at Locations. Does this mean Desktop with Lan Point?

Amended.

1. The site preparation is to be done at 479 locations.

2. Please refer clause 6.5.17 of Volume I of amended RFP.

3. Refer Annexure-XI clause 6.12 of volume I of amended RFP.

4. Yes

157 1 95 Additional Requirements at Client Location to be purchased by SI

Client Systems = 2470 and Workstations =297 Do we need to provide LAN cabling for all

2470+297=2767 points Please refer clause 6.5.17 of Volume I of amended RFP

158 1

Anti Persistent Threat

(APT) specifications 105/211

The solution should be a dedicated appliance based solution for

AntiSpam security

To reduce the attack surface APT solutions must able to identify the advance threats

across all malicious applications including dropbox, skype, facebook and other apps.

Detection should not be limited to common protocols and must provide control over all

network traffic. One of the well known APT attack FLAME , The program is being used for

targeted cyber espionage in Middle Eastern countries and could record the skype

conversations. No change in RFP

159 1

Anti Persistent Threat

(APT) specifications

Volume I:Technical

and Functional

Requirment,Section

6.5.18, 106

files, do sandboxing of files and if the file is detected to have malicious

content, the mail should not be delivered to end user and a detailed

forensic analysis report should be made available This is OEM Specific clause ,We can do the same by blocking C&C communication No change in RFP

160 1

Anti Persistent Threat

(APT) specifications

page 107/211

The solution should be deployed in sniffing mode or as explicit MTA

means in blocking mode.

The APT solution functionalitys should not be limited to HTTP and SMTP protocol. The

specified clause is proprietary and only address the Advance threats over email

communication. No change in RFP

161 1

Anti Persistent Threat

(APT) specifications 107/212

The solution should be able to analyze links real time on incoming

mails and natively block malicious, phishing, Bot links.

The APT solution functionalitys should not be limited to HTTP and SMTP protocol. The

specified clause is proprietary and only address the Advance threats over email

communication. No change in RFP

162 1

Anti Persistent Threat

(APT) specifications 107/213

The solution should also determine if the mail is SPAM through

various detection techniques.

The APT solution functionalitys should not be limited to HTTP and SMTP protocol. The

specified clause is proprietary and only address the Advance threats over email

communication. No change in RFP

163 1

Anti Persistent Threat

(APT) specifications 107/214

The solution should be able to quarantine mails with suspicious files,

do sandboxing of files and if the file is detected to have malicious

content, the mail should not be delivered to end user and a detailed

forensic analysis report should be made available.

The APT solution functionalitys should not be limited to HTTP and SMTP protocol. The

specified clause is proprietary and only address the Advance threats over email

communication. No change in RFP

164 1 New specs NA Suggestion - APT integration with firewall

To enforce the inline protection against advance persistence threats and to safeguard

perimeter, APT solution should able to integrate with external firewall for policy

enforcement. RFP provides minimum specification and any value add feature are acceptable.

165 1

Anti Persistent Threat

(APT) specifications 105/211

The solution should be a dedicated appliance based solution for

AntiSpam security

To reduce the attack surface APT solutions must able to identify the advance threats

across all malicious applications including dropbox, skype, facebook and other apps.

Detection should not be limited to common protocols and must provide control over all

network traffic. One of the well known APT attack FLAME , The program is being used for

targeted cyber espionage in Middle Eastern countries and could record the skype

conversations. it is suggested to modify the clause as "The APT solution should be

dedicated appliance based solution and must address all the network applications

irrespective of port, protocols (not limited to HTTP, HTTPS, SMTP only). " No change in RFP

166 1

Anti Persistent Threat

(APT) specifications

page 107/211 107

The solution should be deployed in sniffing mode or as explicit MTA

means in blocking mode.

The APT solution functionalitys should not be limited to HTTP and SMTP protocol. The

specified clause is proprietary and only address the Advance threats over email

communication. It is suggested to dilute the specs and allow other OEM's to

participate and quote better solution. No change in RFP

167 1

Anti Persistent Threat

(APT) specifications 105/211

The solution should be able to analyze links real time on incoming

mails and natively block malicious, phishing, Bot links.

The APT solution functionalitys should not be limited to HTTP and SMTP protocol. The

specified clause is proprietary and only address the Advance threats over email

communication. It is suggested to dilute the specs and allow other OEM's to

participate and quote better solution. No change in RFP

168 1

Anti Persistent Threat

(APT) specifications 107/213

The solution should also determine if the mail is SPAM through

various detection techniques.

The APT solution functionalitys should not be limited to HTTP and SMTP protocol. The

specified clause is proprietary and only address the Advance threats over email

communication. It is suggested to dilute the specs and allow other OEM's to

participate and quote better solution. No change in RFP

Page 15: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

169 1

Anti Persistent Threat

(APT) specifications 107/214

The solution should be able to quarantine mails with suspicious files,

do sandboxing of files and if the file is detected to have malicious

content, the mail should not be delivered to end user and a detailed

forensic analysis report should be made available.

The APT solution functionalitys should not be limited to HTTP and SMTP protocol. The

specified clause is proprietary and only address the Advance threats over email

communication. It is suggested to dilute the specs and allow other OEM's to

participate and quote better solution.

The SI could also provide the same feature through cloud based sandboxing in

integration with firewall & IPS for policy enforcement. Malware detection should

not be limited to HTTPS, HTTP, SMTP protocol.

170 1

Clause 6.5.18

(a) Anti Virus

Specifications 103

Since you had asked for Antivirus, Anti Persisttent Threat(APT), Mail

Security and Web Security .

Suggest to incorporate the Custom defense funcionality at the Anti Virus to have a full

fledged fool proof Anti-APT layered infrastructure in place. RFP provides minimum specification and any value add feature are acceptable.

171 1

Anti Persistent Threat

(APT) specifications 108

The solution should have URL sandboxing to prevent the point of

of click malicious URL link even clicked from outside of corporate

network or from any device like smart phone. Clause favour a single vendor

The SI could also provide the same feature through cloud based sandboxing in

integration with firewall & IPS for policy enforcement. Malware detection should

not be limited to HTTPS, HTTP, SMTP protocol.

172 1

Anti Persistent Threat

(APT) specifications 108

The solution should have support two factor Authentication for

Management Server. Clause favour a single vendor

Amended. Refer clause 6.5.18(a)- Anti Persistent Threat (APT) specifications-

Point 4 of amended RFP

173 1

Anti Persistent Threat

(APT) specifications 108 Suggested for Full Proof Security Solution

Suggest to incorporate the 80+ Protocols Support: monitors network activities that use the

Outside-in and inside-out direction:HTTP, FTP, SMTP, SNMP, IM ,IRC,DNS and P2P

protocols Internal direction :SMB ,Database protocol(MySQL,MSSQL,Oracle) RFP provides minimum specification and any value add feature are acceptable.

174 1

Anti Persistent Threat

(APT) specifications 108 Suggested for Full Proof Security Solution Mobile scan engine to detect mobile attack and support iOS, Andriod,Symbian,MS device RFP provides minimum specification and any value add feature are acceptable.

175 1

Anti Persistent Threat

(APT) specifications 108 Suggested for Full Proof Security Solution Anti Persistent Threat (APT) solution should be EAL 2 Certified… RFP provides minimum specification and any value add feature are acceptable.

176 1

Web Security

Specification 110

The solution should support policy enforcement for users even when

they access Internet outside the corporate network, this should be

enforced through an agent deployment on roaming endpoints. And this

solution should be on premises based, but not with the help of VPN or

complete traffic redirect to corporate network. Please clarify exception

This requirement is needed to enforce policies for users when they are roaming

and we do not want them to access malicious websites when they are roaming

and become source of infection.

177 1

Web Security

Specification 110

The agent on the roaming user machines should be tamperproof, for

example, the agent cannot be uninstalled by the user even with

admin rights to the system or the user cannot stop the services Please clarify exception

This requirement is absolutely mandatory as the agent which would be used to

redirect traffic of roaming users should not be tampered by end users.

178 1

Web Security

Specification 111

The solution should apply security policy to 100+ protocols in 15

categories. This includes the ability to allow, block, log, and assign

quota time for IM, P2P, and streaming media. Since the policy will be deployed over the protocols to allow,block,log etc functionalities. No change in RFP

179 1

Web Security

Specification 111

The solution should be able to fingerprint files, folders, databases

and prevent the information from being sent over outbound web

channel.

Fingerpriniting Works by looking for exact matches of whole or partial files. Data to be

protected is first collected in a variety of formats such as Microsoft Word files, Excel®

files, and PDFs, and is then fingerprinted with a

hashing algorithm to produce an index that can be deployed as part of a DLP

policy.Fingerprinting and Describing technologies

have limitations when addressing growing amounts of unstructured data and intellectual

property No change in RFP

180 1

Web Security

Specification

The solution must be present in the latest Gartner's leader quadrant

for Secure Web gateways. No change in RFP

181 1 Email Security 114

The solution should support image based spam detection capability,

such as the pornography images within the email and it allow

customer to adjust the sensitivity level. Clause favour a single vendor No change in RFP

Page 16: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

182 1 Email Security

The solution should be able to fingerprint files, folders, databases and

prevent the information from being sent over outbound mails.

Fingerpriniting Works by looking for exact matches of whole or partial files. Data to be

protected is first

collected in a variety of formats such as Microsoft Word files, Excel® files, and PDFs, and

is then fingerprinted with a

hashing algorithm to produce an index that can be deployed as part of a DLP

policy.Fingerprinting and Describing technologies

have limitations when addressing growing amounts of unstructured data and intellectual

property No change in RFP

183 1 Email Security 115

The solution should perform image based filtering. It’s should use

sophisticated analytical algorithm to analyse image to determine

attributes that indicate the image may be of a pornographic or

nonpornographic

nature in known and unknown spams emails Clause favour a single vendor Amended. Refer clause 6.5.18(a)- Email Security - Point 4 of amended RFP

184 1 Email Security 115

The solution should have capability to analyse text inside image going

through email. Clause favour a single vendor No change in RFP

185 1 Basic Requirement 118

3. The service automation solution should be a unified solution

supporting provisioning, configuration management and compliance

assurance across servers, networks, databases and applications and

should support end to end full stack and dynamic server, network and

application provisioning. Solution should provide for future scalability

of the whole system without major architectural changes. Solution

should be open, distributed, and scalable and open to third party

integration.

Considering the objectives of RFP there is not much use of dynamic server, network and

application provisioning.

Our submisison is to please rephrase the clause as "The service automation solution

should be a unified solution supporting configuration management and compliance

assurance across servers & networks. Solution should provide for future scalability of the

whole system without major architectural changes. Solution should be open, distributed,

and scalable and open to third party integration." No change in RFP

186 1 Capacity Management 119

22. Should provide user friendly simulation modelling for eg: provide

automatic Queue Length calibration

Requirement is not very clear. Our submission is to please elaborate the requirement with

other examples of simulation too. Amended. Refer clause 6.5.18(b)- EMS Point 22 of amended RFP

187 1 Capacity Management 119

24. Should provide support for optimal allocation for dynamic

provisioning and well intgerated with Cloud Lifecycle Management, if

needed.

Proposed solution has been asked in a physical environment. Dynamic provisioning and

integration with cloud are not the outright objective of this RFP. Our submission is to

please remove this clause. No change in RFP

188 1 Capacity Management 119

25. Provide sophisticated cost modelling capabilities and chargeback

mechanism for Capacity management

Chargeback and cost modelling capability has been asked with in the clause. Are you

going to chargeback to multiple customer based on usage of IT infrastructure elements?

Please confirm. If not, to meet this clause there will be extra complexity and commercial

implications.

Our submission is to please remove this clause. No change in RFP

189 1

IT Service

Management 120

41. The Solution displays the complete ITIL process flow for Incident,

Problem, and Change Management through Service Management

Process Model (SMPM). The solution should have the capability to

automatically create a copy of the ticket to an archival server based on

conditions like after a particular date or every ticket/change or

assigned to a particular group etc. The solution should provide email

based interactions allowing ticket creation, update and approval of

request. The support person can interact with the end users through

chat in built and add those chat transcripts in the ticket. The solution

should give all the details related to a particular business services.

The system should have graphical interface to define, visualize and

update ITIL processes

The term " Service Management Process Model (SMPM)" is favoring a specific vendor.

Our submission is to rephrase the clause as "41. "The solution should provide email

based interactions allowing ticket creation, update and approval of request. The support

person can interact with the end users through chat in built and add those chat transcripts

in the ticket. The solution should give all the details related to a particular business

services. The system should have graphical interface to define, visualize and update ITIL

processes" Amended. Refer clause 6.5.18(b)- EMS Point 41 of amended RFP

Page 17: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

190 1

IT Service

Management 120

42. The solution should have Service Management Process Model in

built based on ITIL v3 best practices.

As stated above as well the tool/ terminology "Service Management Process Model

(SMPM)" is favoring one vendor.

Our submission is to either remove this clause or rephrase as "The solution should be

Pink elephant ITIL v3 certified and provides the ability to design processed based on ITIL

best practices." Deleted

191 1

IT Service

Management 121

55. Provide the ability to develop workflow for data level operations

like record create, update, modify and delete operation. Same

workflow could be executed for both Window and Web client.

Workflow is a capability that's used with in any service desk solution to define the process

flow for processes such as Incident, Problem, Change & SLA management. It has nothing

to do with Windows or Web client. Now a days everyone prefer to access service desk

solution via web client instead of a windows client as it provides more flexibility.

Considering that web based client is more flexible and does not require any configuration

to be done at client end, our submission is to remove Windows client and rephrase the

clause as "Provide the ability to develop workflow for data level operations like record

create, update, modify and delete operation. Same workflow could be executed for Web

client." No change in RFP

192 1

Incident/Problem

Management 121

58. Flexibility of logging incidents via various means - web interface,

client interface, phone, auto integration with EMS tools.

Now a days everyone prefer to access service desk solution via web client instead of a

windows client as it provides more flexibility.

Considering that web based client is more flexible and does not require any configuration

to be done at client end, our submission is to remove Windows client/ client interface and

rephrase the clause as "Flexibility of logging incidents via various means - web interface,

phone, auto integration with EMS tools." No change in RFP

193 1

Incident/Problem

Management 121 68. Should be able to implement a Follow the sun support.

Within the clause "Follow the Sun support" has been asked. Are you going to operate the

service desk from outside of India as follow the Sun is typically required if service desk is

being operated round the clock and for the same it will be managed from other countries

too. Please confirm.

If not, our submission is to please remove this clause. Follow the sun support means 24*7 support.

194 1

Incident/Problem

Management

69. Should be able to consolidated view/reports across locations while

maintaining localized views/reports.

Within other specifications it's been asked that proposed service desk solution should

provide a web based interface which means wherever the users may be; they will be able

to access the solution over the web.

Considering this, it's not required to store any reports locally across locations as reports

are always accessible over the web and can be even emailed to users if required.

Our submission is to remove this clause. No change in RFP

195 1

Business Service

Management Dash

Board and Analytics 124

113. These dashboards need to be dynamic that allows user to drag

and drop these metrics and create custom dashboards without any

coding.

Objective is of the requirement is to have business dashboards. Creation of dashboards

via "Drag and Drop" are favoring a specific vendor. Our submission is to rephrase the

clause as "113. The tool should provide the ability to create create custom dashboards

without any coding." No change in RFP

196 1

Business Service

Management Dash

Board and Analytics 125

117. The Dashboards should support rich formatting capabilities to

represent the data, this includes different chart formats and PDF.

Business dashboards are for real time visualization while the pdf is a report format. The

requirement in clause is ambigous. Our submission is to rephrase the clause as "117. The

proposed tool should support rich formatting capabilities to represent the data in reports,

this includes different chart formats and PDF." No change in RFP

Page 18: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

197 1 Storage Monitoring 126-127

150. Disk Arrays

151. Detects failures on the disks and controllers

152. Monitors key performance metrics (controller utilization, response

time, cache, etc.)

153. Reports on data traffic and I/Os (physical disks, controllers,

LUNs, array)

154. Monitors the environment (temperature, fans, power supplies)

155. Detects fiber links problems (external and internal)

156. Generates instant reports on disk space consumption (total and

per volume, oversubscription, etc.)

157. Reports on the power consumption of the disk array (in Watts

and kWh)

158. Fiber Switches

159. Monitors the environment (temperature, fans, power supplies)

160. Monitors the fiber links (port, light, connection, speed, etc.)

161. Reports on the utilization of each fiber link (traffic, total amount of

data per hour or per day, bandwidth utilization)

162. Reports on the power consumption of the switch (in Watts and

kWh)

163. Tape Libraries

164. Backup and restore activity and performance

165. Detection of backup and restore errors

166. Devices and media

167. Log and database storage

168. Backup servers, services and daemons

These are generic requirements and storage monitoring features asked here can be met

with the bundled software that comes along with every OEM's hardware storage. It's also

specified in the RFP that Storage Hardware & Storage management Software (SMS)

already exists in the environment so please clarify does bidder needs to propose 3rd party

storage monitoring solution? Please confirm. No change in RFP

198 1 Workflow Automation 127

169. Tools should support workflows for leading 3rd party vendors

including virtualization and storage vendors.

170. Tool should support process, Data abstraction/ Workflow Reuse.

171. Platform and process upgrades should not require extensive

workflow updates.

172. Workflow execution should have both automatic and semi-

automatic modes of execution.

173. The tool should support a flexible architecture that seamlessly

incorporates high availability at a work-flow level.

These specifications are of Business Process Workflow which are not part of EMS/ NMS.

Our submission is to move this section and clauses outside of EMS/ NMS. No change in RFP

199 1

Batch Job and

Workload Automation 128

183. Solution should also Self Service functionalities to Business users

and presents a view of the workload services relevant to them so that

they can submit service request through a service catalog. The

proposed solution should also be in the Gartner Leader Quadrant

It's been asked with in the clause that proposed solution be a Leader in the Magic

Quadrant of Gartner. within RFP you have asked for other solution components as well

like performance management, network management, event management etc. and at the

same time it's been asked specifically for a particular module to be a Leader in the Magic

Quadrant of Gartner. Our submission is that if you are seeking a product/ solution to be a

leader in magic quadrent then you should also ask that all proposed products/ modules

should be a leader in magic quadrent otherwise this will be favoring specific vendor/s.

Please rephrase this clause as "183. Solution should also provide Self Service

functionalities to Business users and presents a view of the workload services relevant to

them so that they can submit service request through a service catalog." No change in RFP

200 1

Application

Performance

Management

End User Experience

Management 128

186. Software-as-a-Service (SaaS) deployment option for

Management Console

Requirement is not clear as in the previous clause it's been asked that it should be an on-

premise management console and as per RFP requirement all applications will be hosted

on-premise and management modules are also on-premise.

There is no requirement of Software-as-a-Service (SaaS) model. Our submission is to

remove this clause. No change in RFP

Page 19: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

201 1

Application

Performance

Management

End User Experience

Management 128 195. Patch management over the web with appropriate user rights

Application patch management is altogether a separate discipline and falls either under

capability of patch management module or natively provided by application OEM's. Our

submission is to remove this clause. No change in RFP

202 1

Application

Performance

Management

End User Experience

Management 129 198. Simple SSL key logic for deployment Requirement is not clear. Please elaborate the requirement

The requirement is to follow the industry standard for SSL deployment

processes.

203 1

Application

Performance

Management

Performance Impact /

Overhead 129

201. Works with network TAPs, SPANs from switches or load

balancers, or can work with data provided by only Akamai or end-

users running javascript, depending on the customer's need

This clause is favoring a specific vendor. Our submission is to rephrase this clause as

"201. Works with network TAPs, SPANs from switches or load balancers depending on

the customer's need" Amended. Refer clause 6.5.18(b)- EMS Point 200 of amended RFP.

204 1

Application

Performance

Management

217. Can produce a full session transcript around impacted users,

showing all pages,with timings, errors and performance indicators as

forensic detail for application development to understand the source of

problems

This is favoring a specific vendor. Our submission is to rephrase the clause as "217. It

should also include bundled recording and playback tool so as to simulate the end-user

transaction. It should provide the ability to measure the performance of HTTP and HTTPS

requests including performance infor-mation for objects embedded in a Webpage. These

measurements should include a number of dimensions, including total response time,

client time, network time, server time, load time and resolve time." No change in RFP

205 1

Application

Performance

Management

Performance Behavior

Learning & Anomaly

Detection 130

218. Permits the exporting of one or more sessions with an easy

'export' mechanism for trouble ticketing

Exporting of one or more sessions is favoring a specific vendor. Our submission is to

rephrase the clause as "218. Permits viewing of one or more sessions via dashboards for

trouble ticketing" No change in RFP

206 1

Application

Performance

Management

Diagnostic Data

Capture & Granularity 130

225. Records every request/response pair, including all objects

delivered off origin or from Akamai

Are you a Akamai user? Reference to Akamai is there in multiple clauses. Our submission

is to rephrase the clause as "225. Records every request/response pair, including all

objects delivered off origin" Amended. Refer clause 6.5.18(b)- EMS Point 224 of amended RFP.

207 1

Application

Performance

Management

Deep dive application

diagnostics 130

229. Fast time to value with quick installation and integration among

the APM components (less than half day)

Every product has his own deployment cycle which varies from OEM to OEM. Our

submission is to rephrase the clause as "229. Fast time to value with quick installation and

integration among the APM components" No change in RFP

208 1

Application

Performance

Management

Deep dive application

diagnostics 130

231. Provide a common agent for all Java app servers and automatic

detection of application servers and versions

Agents are usually technology specific and is dependent on which Java app server is

being monitored. Asking for a single agent for all Java app server is favoring a specific

vendor. Our submission is to either remove this clause. No change in RFP

Page 20: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

209 1

Application

Performance

Management

Deep dive application

diagnostics 131

237. Ability to drill down from real end-user issue to the line of code

without losing context (parameters, etc) without having to switch

consoles or using an external correlation engine

Every OEM provides different mechanisms or modules to meet the requirement. Since

objective is to drill down to the code level to isolate the problem; our submission is to

rephrase the clause as "237. Ability to drill down to the line of code that helps application

owner to troubleshoot" No change in RFP

210 1

Application

Performance

Management

Deep dive application

diagnostics 131

245. Ability to share diagnostics data with development without giving

them access to production monitoring system

This is favoring a specific vendor. Please remove this clause or rephrase this clause as

"245. It should provide a consolidated role based view of the monitored environment so as

to monitor and resolve performance issues across Database, Operating system ,

Application Servers , Webserver, Application and Transaction response." No change in RFP

211 1

EMS specifications

,Basic Requirements 117

The Service Management solution namely Service desk (incident and

problem mgmt), Change and Release, Asset, Service Request/Self

Service, Knowledge and Service level management should be built on

the same platform/code and leverage the same common, shared

configuration database with a unified architecture. The same platforms

should be used across all modules, requiring no complex integrations

to leverage the combined benefits offered by the integrated platform.

The solution should also have client automation tool.

This is suggested in interest of controlling the cost & TCO of project. Pls remove this

Client Automation requirement from the scope as its not desired to monitor at the client

level which will have an additional impact on the overall budget. No change in RFP

212 1

EMS specifications

,Capacity

Management 119

The Solution should be comprehensive in providing process-level and

workloads data collection capabilities including support for modelling

multi-tier application workloads

Request these requirements to be removed from EMS section and included as part of

"Batch Job and Workload Automation" specifications in a different section of the RFP. No change in RFP

213 1

EMS specifications

,Capacity

Management 119

Should provide user friendly simulation modelling for eg: provide

automatic Queue Length calibration

This clause is again vendor-restrictive as the properietary Queue Length calibration asked

is from a single vendor only, hence such terminology shall be removed from the RFP. Amended. Refer clause 6.5.18(b)- EMS Point 22 of amended RFP

214 1

EMS specifications

,Capacity

Management 119

Should provide support for optimal allocation for dynamic provisioning

and well intgerated with Cloud Lifecycle Management, if needed.

Request these requirements to be removed from EMS section and included as part of

"Cloud Lifecycle Management" specifications in a different section of the RFP. No change in RFP

215 1

EMS specifications

,Capacity

Management 119

Provide sophisticated cost modelling capabilities and chargeback

mechanism for Capacity management

Request these requirements to be removed from EMS section and included as part of

"Cloud Lifecycle Management" specifications in a different section of the RFP. No change in RFP

216 1

EMS specifications ,IT

Service Management 120

The Solution displays the complete ITIL process flow for Incident,

Problem, and Change Management through Service Management

Process Model (SMPM). The solution should have the capability to

automatically create a copy of the ticket to an archival server based on

conditions like after a particular date or every ticket/change or

assigned to a particular group etc. The solution should provide email

based interactions allowing ticket creation, update and approval of

request. The support person can interact with the end users through

chat in built and add those chat transcripts in the ticket. The solution

should give all the details related to a particular business services.

The system should have graphical interface to define, visualize and

update ITIL processes

This entire clause is again vendor-restrictive as the Service Management Process Model

asked is from a single vendor only, hence such terminology shall be removed from the

RFP. The chat functionality comes bundled with remote control functionality which comes

embedded with OS, thus this should be removed in the interest of controlling the TCO of

the project. Amended. Refer clause 6.5.18(b)- EMS Point 41 of amended RFP

217 1

EMS specifications ,IT

Service Management 120

The solution should have Service Management Process Model in built

based on ITIL v3 best practices.

This clause is again vendor-restrictive as the Service Management Process Model asked

is from a single vendor only, hence such terminology shall be removed from the RFP. Amended. Refer clause 6.5.18(b)- EMS of amended RFP.

Page 21: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

218 1

EMS specifications ,IT

Service Management 121

The solution should provide Live as well as Virtual Agent chat

capabilities to the End Users

This clause is again vendor-restrictive as the Virtual Agent chat capabilities asked is from

a single vendor only, hence such terminology shall be removed from the RFP. Amended. Refer clause 6.5.18(b)- EMS- Point 47 of amended RFP.

219 1

EMS specifications ,IT

Service Management 121

The solution should support social collaboration like Live Twitter

feeds, RSS feeds, Salesforce chatter feeds etc.

This clause is again vendor-restrictive as the social collaboration like Live Twitter feeds,

RSS feeds, Salesforce chatter feeds asked is from a single vendor only, hence such

terminology shall be removed from the RFP. No change in RFP

220 1

EMS specifications ,IT

Service Management 121

The solution should provide the functionality of executing searches to

the entire database. It should be possible to provide query criteria

using AND, OR conditions through Common Data Model database.

This allows the users to create and view workflows/reports based on

their needs rather than using only the set of workflows/reports

provided out of the box.

This clause is again vendor-restrictive as the Common Data Model database asked is

from a single vendor only, hence such terminology shall be removed from the RFP. Amended. Refer clause 6.5.18(b)- EMS- Point 56 of amended RFP.

221 1

EMS specifications,

Configuration

Management 123

Should Provide Service blueprints to describe functional and

deployment models for the Service definitions.

It is not clear what is the expectation? What is required from the EMS perspective. Please

give more details No change in RFP

222 1

EMS

specifications,Reporti

ng 125

Shoul d have ability to have a consolidated view of data collected from

different types of operations (E.g. - SLA compliance for a selected

business service, it's dependent SLAs, OLA and UPCs, it's changes

by priority, open incidents by priority and status, it's assets and

individual asset compliance, patches installed and compliance to

patches etc) and displayed in a universal portal.

This is suggested in interest of controlling the cost & TCO of project. Pls remove this

Client Automation requirement from the scope as its not desired to monitor at the client

level which will have an additional impact on the overall budget. No change in RFP

223 1

EMS specifications ,

Storage Monitoring 127

Reports on data traffic and I/Os (physical disks, controllers, LUNs,

array) Repharse the same as Reports on data traffic and I/Os (physical disks, controllers) No change in RFP

224 1

EMS specifications ,

Storage Monitoring 127 Monitors the environment (temperature, fans, power supplies)

This clause is again vendor-restrictive as the properietary language asked is from a single

vendor only, hence such terminology shall be removed from the RFP. No change in RFP

225 1

EMS specifications ,

Storage Monitoring 127 Detects fiber links problems (external and internal)

This clause is again vendor-restrictive as the properietary language asked is from a single

vendor only, hence such terminology shall be removed from the RFP. No change in RFP

226 1

EMS specifications ,

Storage Monitoring 127

Generates instant reports on disk space consumption (total and per

volume, oversubscription, etc.) Repharse the same as Generates instant reports on disk space consumption No change in RFP

227 1

EMS specifications ,

Storage Monitoring 127

Reports on the power consumption of the disk array (in Watts and

kWh)

This clause is again vendor-restrictive as the properietary language asked is from a single

vendor only, hence such terminology shall be removed from the RFP. No change in RFP

228 1

EMS specifications ,

Storage Monitoring 127

Reports on the utilization of each fiber link (traffic, total amount of data

per hour or per day, bandwidth utilization)

Repharse the same as Reports on the utilization of each fiber link (traffic, bandwidth

utilization) No change in RFP

229 1

EMS specifications ,

Storage Monitoring 127 Backup servers, services and daemons Repharse the same as Backup servers, services No change in RFP

230 1

EMS specifications ,

Storage Monitoring 127

The tool should support a flexible architecture that seamlessly

incorporates high availability at a work-flow level.

This is suggested in interest of controlling the cost & TCO of project. Pls remove this as

high avaialability at the workflow engine level is not required. No change in RFP

231 1

EMS specifications,

Batch Job and

Workload Automation 127-128 Batch Job and Workload Automation

Request these requirements to be removed from EMS section and included as part of

"Batch Job and Workload Automation" specifications in a different section of the RFP. No change in RFP

232 1 Basic Requirements 117

The Service Management solution namely Service desk (incident and

problem mgmt), Change and Release, Asset, Service Request/Self

Service, Knowledge and Service level management should be built on

the same platform/code and leverage the same common, shared

configuration database with a unified architecture. The same platforms

should be used across all modules, requiring no complex integrations

to leverage the combined benefits offered by the integrated platform.

The solution should also have client automation tool.

Rephrase the same as " The Service Management solution namely Service desk (incident

and problem mgmt), Change and Release, Asset, Service Request/Self Service,

Knowledge and Service level management should be built on the same platform/code and

leverage the same common, shared configuration database with a unified architecture.

The same platforms should be used across all modules, requiring no complex integrations

to leverage the combined benefits offered by the integrated platform." No change in RFP

233 1 Capacity Management 119

The Solution should be comprehensive in providing process-level and

workloads data collection capabilities including support for modelling

multi-tier application workloads Relocation of this specification No change in RFP

234 1 Capacity Management 119

Should provide user friendly simulation modelling for eg: provide

automatic Queue Length calibration Removal of this specification Amended. Refer clause 6.5.18(b)- EMS Point 22 of amended RFP

Page 22: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

235 1 Capacity Management 119

Should provide support for optimal allocation for dynamic provisioning

and well intgerated with Cloud Lifecycle Management, if needed. Relocation of this specification No change in RFP

236 1 Capacity Management 119

Provide sophisticated cost modelling capabilities and chargeback

mechanism for Capacity management Relocation of this specification No change in RFP

237 1

IT Service

Management 120

The Solution displays the complete ITIL process flow for Incident,

Problem, and Change Management through Service Management

Process Model (SMPM). The solution should have the capability to

automatically create a copy of the ticket to an archival server based on

conditions like after a particular date or every ticket/change or

assigned to a particular group etc. The solution should provide

email based interactions allowing ticket creation, update and approval

of request. The support person can interact with the end users through

chat in built and add those chat transcripts in the ticket. The solution

should give all the details related to a particular business services.

The system should have graphical interface to define, visualize and

update ITIL processes

Rephrase the same as " The Solution displays the complete ITIL process flow for Incident,

Problem, Change Management. The solution should give all the details related to a

particular business services. The system should have graphical interface to define,

visualize and update ITIL processes" Amended. Refer clause 6.5.18(b)- EMS Point 41 of amended RFP

238 1

IT Service

Management 120

The solution should have Service Management Process Model in built

based on ITIL v3 best practices. Rephrase the same as " The solution should be based on ITIL v3 best practices. " Deleted

239 1

IT Service

Management 121

The solution should provide Live as well as Virtual Agent chat

capabilities to the End Users Removal of this specification Amended. Refer clause 6.5.18(b)- EMS- Point 47 of amended RFP.

240 1

IT Service

Management 121

The solution should support social collaboration like Live Twitter

feeds, RSS feeds, Salesforce chatter feeds etc. Removal of this specification No change in RFP

241 1

IT Service

Management 121

The solution should provide the functionality of executing searches to

the entire database. It should be possible to provide query criteria

using AND, OR conditions through Common Data Model database.

This allows the users to create and view workflows/reports based on

their needs rather than using only the set of workflows/reports

provided out of the box.

Rephrase the same as " The solution should provide the functionality of executing

searches to the entire database. It should be possible to provide query criteria using AND,

OR conditions. This allows the users to create and view workflows/reports based on their

needs rather than using only the set of workflows/reports provided out of the box." Amended. Refer clause 6.5.18(b)- EMS- Point 56 of amended RFP.

242 1

Configuration

Management 123

Should Provide Service blueprints to describe functional and

deployment models for the Service definitions.

Its not clear what is the expectation ? What is required from the EMS perspective ? Pls

give more details. No change in RFP

243 1 Reporting 125

Shoul d have ability to have a consolidated view of data collected from

different types of operations (E.g. - SLA compliance for a selected

business service, it's dependent SLAs, OLA and UPCs, it's changes

by priority, open incidents by priority and status, it's assets and

individual asset compliance, patches installed and compliance to

patches etc) and displayed in a universal portal.

Rephrase the same as " Shoul d have ability to have a consolidated view of data collected

from different types of operations (E.g. - SLA compliance for a selected business service,

it's dependent SLAs, OLA and UPCs, it's changes by priority, open incidents by priority

and status, it's assets and individual asset compliance) and displayed in a universal

portal." No change in RFP

244 1 Storage Monitoring 127 Monitors the environment (temperature, fans, power supplies) Removal of this specification No change in RFP

245 1 Storage Monitoring 127 Detects fiber links problems (external and internal) Removal of this specification No change in RFP

246 1 Storage Monitoring 127

Reports on the power consumption of the disk array (in Watts and

kWh) Removal of this specification No change in RFP

247 1 Workflow Automation 127

The tool should support a flexible architecture that seamlessly

incorporates high availability at a work-flow level.

Removal of this specification or rephrase the same as " The tool should support a flexible

architecture." No change in RFP

248 1

Batch Job and

Workload Automation 127, 128 Batch Job and Workload Automation Relocation of these 10 lines of specifications No change in RFP

249 1 General EMS The newly procuring EMS should monitor existing hardware also ? Yes

250 1 6.5.18 b) EMS 130

Provid e a common agent for all Java app servers and automatic

detection of application servers and versions How many jvms are there? Please share the numbers of jvms. There is no Java App server as of now.

Page 23: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

251 1

Storage Management

Software (SMS)

i. Storage management software should protect the organization from

the risks of data loss and will help in reducing complexity, managing

costs and address compliance with data retention and availability

requirements.

ii. Storage Management Software should improve the business

continuity by

shortening backup and recovery times and maximizing application

availability with advanced data recovery management technologies.

iii. Storage Management Software should employ data duplication and

a hierarchy of storage to increase efficiencies and conserve resources.

iv. SMS should enhance data security with innovative access and

encryption

features.

v. SMS should help the department to adapt to changes within the IT

infrastructure

to minimize service disruptions and speed restorations and backups.

vi. SMS should increase the visibility into the data protection

environment by

providing advanced features for operational monitoring and historical

reporting.

vii. SMS should allow Host based replication and failover to IP based

network.

viii. SMS should be able to create, manage and protect file shares and

network application storage.

Request to please remove this clause. As you are looking for the host based replication ,

request you to please remove the SMS / DR Management Software features asked in the

RFP. This will not be used and waiste of investment. No change in RFP

252 1

Backup Management

Software- e 134

1) All backup/restore administration must be controlled by a

centralized master Woould you be needing High availablity on the master nodes?

Would prefer HA, it would also depend on DC design to be proposed by SI for

Server Services Management and SLA compliance.

253 1

Backup Management

Software-e 136 29) -- g) Postgres SQL on Linux and Windows We would request to remove the agent support expectation for postgres RFP provides minimum specification and any value add feature are acceptable.

254 1 137-211

Under Continues Data Protection and DR

Point 8

“Must have tight integration with traditional backup technologies

including

NetVault: Backup, Symantec Backup Exec, Symantec NetBackup ,

EMC Networker

or IBM TSM”

Please remove and replace with

Must have tight integration with traditional backup technologies

Point is restrictive, favouring a specific set of vendors, closing this from free, fair and open

competition. This clause prevents equal and fair opportunities to all players No change in RFP

255 1

Blade Chassis

specifications

Clause 3 - Ethernet IO

Module (10GB)

141

2 x 10 GBPS Ethernet switch with L2 and L3 capabilities, VM ready

support for 802.1Qbg standards. Each Switch should have 100GB

uplink cability and should be scalable to provide atleast 220GB uplink

capability. Switch configured should have following features like Non-

blocking architecture with wire-speed forwarding of traffic, Media

access control (MAC) address learning: automatic update, support of

up to 1,28,000 MAC addresses VRRP for Layer 3 router redundancy,

Layer 2 Trunk Failover to support active/standby configurations of

network adapter teaming on compute nodes, 802.1Q VLAN tagging

support on all ports, VLAN-based, MAC-based, and IP-based ACLs,

Support for IEEE 802.1p, IP ToS/DSCP, and ACL-based (MAC/IP

source and destination addresses, VLANs) traffic classification and

processing, IP v4 and IP v6 Layer 3 functions, VMready, Simple

Network Management Protocol (SNMP V1, V2, and V3)

This clause is vendor-restrictive as the properietary VMready asked is from a single

vendor only, hence such terminology shall be removed from the RFP.

VM ready supporting 802.1Qbg standard is already asked for the switch specification.

Amended. The term 'VM' has been changed to 'Virtual Machine' and may be

read as such wherever it appeared in the RFP.

Page 24: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

256 1

Should provide for the following Network Management

Capabilities for chassis internal switches:

• Management of network switches from a variety of vendors.

• Discovery, inventory, and status monitoring of switches.

• Graphical network topology views.

• Support for KVM, VMware virtual switches, and physical

switches.

• VLAN configuration of switches.

• Integration with server management.

• Per-virtual machine network usage and performance statistics

provided to VMControl.

• Logical views of servers and network devices grouped by subnet

and VLAN.

Network management functionality should be asked in as a part of NMS software or core

switch management software and Not as a part of chassis internal switch management;

Such features as mentioned here such as support for switches from Multiple vendors,

Network topology, support for virtual switches, VLAN configuration etc need not be

present within chassis internal switch and should be a feature of either Core ethernet

switch management OR a network management software.

Terms like VMControl is a OEM specific terminology ONLY used by specific vendor. Amended. Refer clause 6.5.19(g) Point 9 of volume I of amended RFP

257 1

Blade Chassis

specifications

Clause 11 -Storage

Management 143

Should provide for the following Storage Management

Capabilities for integrated storage:

• Discovery of physical and virtual storage devices.

• Support for virtual images on local storage across multiple

chassis.

• Inventory of the physical storage configuration.

• Health status and alerts.

• Storage pool configuration.

• Disk sparing and redundancy management.

• Virtual volume management.

• Support for virtual volume discovery, inventory, creation,

modification, and deletion

These are Storage Management specifications asked in the Blade Chassis. These

features are already been asked in the SAN storage specifications. Also, storage

management in the blade chassis is favouring to one particular OEM. Hence we request

to kindly remove this clause. Deleted

258 1

Blade Chassis

specifications

Clause 12 -System

Panel 143

LEDs on the front information panel that can be used to obtain the

status of the chassis Identify, Check log and the Fault LED.

Some OEM provide LCD on the chassis for fault detection and identification on the

chassis Amended. Refer clause 6.5.19(g) of volume I of amended RFP

259 1

Blade Servers

specifications

Clause 5 - Memory

protection support 143 ECC, Memory Mirroring, Memory Sparing

Since memory mirroring is a old feature of memory protection. Better or equivalent

features can also be provided.

RFP provides minimum specification and any value add feature are acceptable.

260 1

Blade Servers

specifications

Clause 7 - Disk Drives 144

2 x 200GB HS SATA MLC SSD Hard Disk Drive, Server

should support Hardware Raid controller supporting

Raid 0 and 1.

Rephrase to "2 x 200GB SATA SSD Hard Disk Drive, Server should support Hardware

Raid controller supporting Raid 0 and 1" Amended. Refer clause 6.5.19(h) Point 7 of volume I of amended RFP

261 1

Blade Servers

specifications

Clause 17 - USB 144

USB ports: one external. Two internal for embedded

hypervisor Rephrase to "USB ports: one external. One internal for embedded hypervisor" Amended. Refer clause 6.5.19(h) Point 17 of volume I of amended RFP

262 1

Data Base Server

(Rack) Processor/

CPU 144

Min. 4 x Intel Xeon E7 4820 (Eight Core) 2.0 GHz

processors with 24MB cache, 64bit technology or higher

Min. 4 x Intel Xeon E7 4820 (Eight Core) 2.0 GHz

processors with 24MB cache, 64bit technology or higher. Server should be scalable to 8

Processors. RFP provides minimum specification and any value add feature are acceptable.

263 1

Storage Area Network

(SAN) - Cache 145

16 GB Total Mirrored Cache for Disk IO Operations scalable to min 32

GB

16 GB Total Mirrored Cache for Disk IO Operations scalable to min 32 GB. Offered

storage array shall support the controller scalablity by adding more controllers RFP provides minimum specification and any value add feature are acceptable.

264 1

Storage Area Network

(SAN) - Host interface 145

For front-end host connectivity, the storage system should be

configured with sufficient number of 4/8Gbps FC ports or SAS port

with sufficient SAS links, so as to provide an aggregated total

bandwidth of at least 32Gbps across all the controllers

For front-end host connectivity, the storage system should be configured with sufficient

number of 8Gbps FC ports or so as to provide an aggregated total bandwidth of at least

32Gbps across all the controllers RFP provides minimum specification and any value add feature are acceptable.

265 1

Storage Area Network

(SAN) - Drive

interface 145

For back-end connectivity, the storage system should be configured

with sufficient number of 4/8Gbps FC ports or sufficient 6 Gbps of

SAS-II backend ports/ lanes across all the controllers so as to provide

an aggregated bandwidth of at least 16Gbps across all the controllers.

For back-end connectivity, the storage system should be configured with sufficient

number of 4/8Gbps FC ports or sufficient 6 Gbps of SAS-II backend ports/ lanes across all

the controllers so as to provide an aggregated bandwidth of at least 96 Gbps across all

the controllers. RFP provides minimum specification and any value add feature are acceptable.

Page 25: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

266 1

SAN specifications

shall have the

following

The storage array shall be configured with at least 16 GB cache

scalable to min 32 GB mirrored across two storage controllers for disk

I/O operations.

16 GB Total Mirrored Cache for Disk IO Operations scalable to min 32 GB. Offered

storage array shall support the controller scalablity by adding more controllers RFP provides minimum specification and any value add feature are acceptable.

267 1

The storage system should be scalable from 30 TB to 60 TB of raw

capacity using 40% on SAS drives and 60% on Near SAS or

equivalent drives using the same configuration as Quoted in this

tender. The Storage should have at least 4 ports of 4 Gbps Frontend

ports and 4 no’s of back end ports of 4 Gbps the storage array must

have the capability to do array based remote replication using FCIP or

IP

technology.

The storage system should be scalable from 30 TB to 60 TB of raw capacity using 40% on

SAS drives and 60% on Near SAS or equivalent drives using the same configuration as

Quoted in this tender. The Storage should have at least 4 ports of 8 Gbps Frontend ports

and 4 no’s of back end ports of 6 Gbps SAS, the storage array must have the capability to

do array based remote replication using FCIP or IP technology. RFP provides minimum specification and any value add feature are acceptable.

268 1

6.5.19 H-Blade

Servers 143

CPU: 2 x Intel Xeon six Core E5-4610 CPU @ 2.4 GHz or better and

expandable upto 4 processors.

2 x Intel Xeon six Core E5-4610 CPU @ 2.4 GHz or better and expandable upto 4

processors. Or 2 x AMD Opteron 6344 twelve core CPU @ 2.6 GHz or better No change in RFP

269 1

6.5.19 H-Blade

Servers 143  Chipset: Intel Chipset C600 Chipset: Intel Chipset C600/ AMD SR 5600 or better No change in RFP

270 1

6.5.19-DATA BASE

SERVER(RACK 144

Processor/CPU: Min. 4 x Intel Xeon E7 4820 (Eight Core) 2.0 GHz

processors with 24MB cache, 64bit technology or higher

 Min. 4 x Intel Xeon E7 4820 (Eight Core) 2.0 GHz processors with 24MB cache, 64bit

technology or higher/ 4 x AMD Opteron 6380 (Sixteen Core) 2.5 GHZ processors with

16MB L2/16MB L3 Cache or Higher. No change in RFP

271 1

6.5.19-DATA BASE

SERVER(RACK 144 Chipset Intel 7500 Chipset or better Intel 7500 Chipset/AMD SR 5600 or better No change in RFP

272 1 Annexure IV Specification of L2 switch and Internal firewall are missing Request provide the technical specification of L2 switch and Internal firewall. Refer clause 6.5.20 (vi) & 6.5.19 (q) of amended RFP

273 1

Annexure IV, Section

6.5.19 ® 157 User / Consoles of KVM Switch is missing Please provide the User / Consoles numbers. It is 2X16 as mentioned in the clause 6.5.19-r of volume I of amended RFP.

274 1

L3 Core Switch - 48

Port 10/100/1000 -

Point 1 - 151 Core Switch with Internal Firewall

Firewall shall be separate from core switch. Firewall is an important network function

which should always be separate from switch. Firewall creates border between secured

and non-secured network and prevents attacks, while switch should not be exposed to

such attacks. Core switch should always be in secured/internal zone of firewall. No change in RFP

275 1

Core Switch - Point 3 -

L2 Features - 152

Support should have switching capacity of minimum 1.1 Tbps or

more

Switching capacity shall be min. 1 Tbps. 1 Tbps backplane capacity is more than sufficent

to cater the traffic requirements and will never be utilized with the currently asked

interfaces in chassis. Most OEM supports 1 Tbps capacity while making it 1.1 will

disqualify some of the leading brands making it favourable to only few brands. We

request you to give everyone equal and fair opportunity to participate. Amended. Refer clause 6.5.19-o - Point 3 of volume I of amended RFP.

276 1

Core Switch - Point 3 -

L2 Features - 152 Switch should have forwarding rate of minimum 720 Mpps or more

Switching capacity shall be 630 Mpps. 630 Mpps forwarding capacity is more than

sufficent to cater the traffic requirements and will never be utilized with the currently asked

interfaces in chassis. Most OEM supports 630 Mpps capacity while making it 720 will

disqualify some of the leading brands making it favourable to only few brands. We

request you to give everyone equal and fair opportunity to participate. Amended. Refer clause 6.5.19-o - Point 3 of volume I of amended RFP.

277 1

Core Switch - Point 3 -

L2 Features - 152 To support at least 50K MAC addresses / switch

We request for MAC address of 32KWe request for MAC address of 32K. 32,000 MAC

address is more than sufficent to cater the complete network. We request you to reduce it

to 32,0000 MAC to allow equal and fair participation for all OEM. Amended. Refer clause 6.5.19-o - Point 3 of volume I of amended RFP.

278 1

L3 Core Switch - 48

Port 10/100/1000 -

Point 1 - 151 Firewall shall be separate from core switch

Firewall is an important network function which should always be separate from switch.

Firewall creates border between secured and non-secured network and prevents attacks,

while switch should not be exposed to such attacks. Core switch should always be in

secured/internal zone of firewall. No change in RFP

279 1

Core Switch - Point 3 -

L2 Features - 152 Switching capacity shall be min. 1 Tbps

1 Tbps backplane capacity is more than sufficent to cater the traffic requirements and will

never be utilized with the currently asked interfaces in chassis. Most OEM supports 1

Tbps capacity while making it 1.1 will disqualify some of the leading brands making it

favourable to only few brands. We request you to give everyone equal and fair opportunity

to participate. Amended. Refer clause 6.5.19-o - Point 3 of volume I of amended RFP.

Page 26: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

280 1

Core Switch - Point 3 -

L2 Features - 152 Switching capacity shall be 630 Mpps

630 Mpps forwarding capacity is more than sufficent to cater the traffic requirements and

will never be utilized with the currently asked interfaces in chassis. Most OEM supports

630 Mpps capacity while making it 720 will disqualify some of the leading brands making

it favourable to only few brands. We request you to give everyone equal and fair

opportunity to participate. Amended. Refer clause 6.5.19-o - Point 3 of volume I of amended RFP.

281 1

Core Switch - Point 3 -

L2 Features - 152 We request for MAC address of 32K

32,000 MAC address is more than sufficent to cater the complete network. We request

you to reduce it to 32,0000 MAC to allow equal and fair participation for all OEM. Amended. Refer clause 6.5.19-o - Point 3 of volume I of amended RFP.

282 1 Chassis based switch with in-built redundancy (power supply)

We request that core switch shall meet the performance and port requirement and can be

physical chasis/logical chassis based. Moreover, physical chassis based architectures are

old technology, consumes more space and power while logical chassis are latest

technology which lots of CAPEX/OPEX savings and value adds. RFP provides minimum specification and any value add feature are acceptable.

283 1

Should be easily scalable. Should have modular architecture with Min

10 slots

which can be used for line cards.

We request that core switch shall meet the performance and port requirement and can be

physical chasis/logical chassis based. Moreover, physical chassis based architectures are

old technology, consumes more space and power while logical chassis are latest

technology which lots of CAPEX/OPEX savings and value adds. RFP provides minimum specification and any value add feature are acceptable.

284 1

d) Storage

Management Software

(SMS)

134

vii. SMS should allow Host based replication and failover to IP based

network.

This clause is specific to Host based replication software, requirement for same is also

mentioned in RFP on page 139. Request to move this clause to relevent section Deleted

285 1

d) Storage

Management Software

(SMS)

134

viii. SMS should be able to create, manage and protect file shares and

network application storage.

SMS provides the protection of File share & the network appliance. Creating & managing

the same is not part of SMS. Request to amend the clause as

" SMS should protect the file share and the network appliance storage" No change in RFP

286 1

d) Storage

Management Software

(SMS)

134

ii. Storage Management Software should improve the business

continuity by shortening backup and recovery times and maximizing

application availability

with advanced data recovery management technologies.

Requesting for more clarity on this clause

No change in RFP

287 1

d) Storage

Management Software

(SMS)

134

Storage Management Software should employ data duplication and a

hierarchy of storage to increase efficiencies and conserve resources.

Requesting to remove this clause. Deduplication feature is offered by specific vendors,

IBM SAN Storage / Storage management software doesnot support data deduplication. No change in RFP

288 1

d) Storage

Management Software

(SMS)

134

SMS should be able to create, manage and protect file shares and

network application storage.

Requesting to remove this clause as Block level storage (SAN storage) is requested as a

part RFP No change in RFP

289 1

e) Backup Software

135

7. The tape format should be open standard MTF for Windows , and

CPIO for Unix /Linux for portability and independence.

Single vendor specific, For other bidders to quote request to amend the clause as "

backup software should supports the data restoration using the backup software client

and without the backup server" No change in RFP

290 1

e) Backup Software

136

Should have specific agents to perform “hot” backups from single

vender without any 3rd party integration. Database agent should have

support for below mentioned platform.

a) oracle on Windows/Linux and Unix

b) Informix on windows/Linux and Unix

c) Sybase on windows/Linux and Unix

d) DB2 on windows/Linux and Unix

e) MS SQL on window

f) MySQL on Linux and Windows

g) Postgres SQL on Linux and Windows

h) Ms Exchange on Windows

i) Lotus Notes in Windows/Linux and Unix

Industry leading backup software vendors provides the integrated solution to perform hot-

online backup of mentioned database, For open source databases will use 3'rd part

agents & its fully integrated with the backup software. For other vendors to quote pl

remove the single vendor clause from the requirement RFP provides minimum specification and any value add feature are acceptable.

291 1

Virtualized Backup

139

4. Offered solution must support Storage repository CIFS, SFTP, NFS

and FTP as target storage.

Leading backup software vendors supports the backup repository on CIFS, NFS &

direct/SAN attached storage. To make the clause generic & the other vendors to quote pl

remove SFTP & FTP as a target device

Amended. Refer clause 6.5.18(e)- Virtulized Back up - Point 4 of volume I of

amended RFP

Page 27: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

292 1

6.5.19 Minimum

Technical

Specifications-

Hardware at DC & DR-

F) Server Load

Balancer 139

10/100/1000Mbps Ethernet Ports – minimum 4 ports and should

support 2x10Gig ports

As per the our understanding wrt the RFP SoW & throughput requirements, as well as

considering the future requirements, it is suggested to increase the ports in the Technical

Specifications.

SUGGESTED CLAUSE:

8 10/1000/1000 Mbps Ethernet Ports + 16 1 G (SFP based) + 2 10 G support.

Amended. Refer clause 6.5.19-f - server load balancer- Point 1 of volume I of

amended RFP

293 1

6.5.19 Minimum

Technical

Specifications-

Hardware at DC & DR-

F) Server Load

Balancer 139 New Clause Request

Please elaborate the Virtualization functionality, that it should not taken as

SEGMENTATION feature.

ADC-VX/Virtualization feature is a specialized Application Delivery Controller (ADC)

hypervisor that runs multiple virtual

ADC instances on dedicated ADC hardware. ADC-VX is built

on a unique architecture that virtualizes the resources—including CPU, memory, network,

and acceleration resources. This specialized hypervisor runs fully functional virtual ADC

instances, each of which delivers ADC functionality just like a dedicated physical ADC.

Each virtual ADC instance contains a complete and separated environment of resources,

configurations and management.

Hence we would suggest you to kindly confirm the same.

SUGGESTED CLAUSE:

The proposed SLB should have ADC-VX/Virtualization feature.

Each virtual ADC instance contains a complete and separated environment of resources,

configurations and management.

The proposed device should have 5 Virtual Instances from Day 1 and scalable upto 24

Virtual Instances. RFP provides minimum specification and any value add feature are acceptable.

294 1

6.5.19 Minimum

Technical

Specifications-

Hardware at DC & DR-

F) Server Load

Balancer 139 New Clause Request

Third party analysis agencies like Gartner ensures that the proposed Server Load

Balancer is tested & recognized worldwide in the respective domain area.

We recommended that SLB vendor has TAC suport center based out of INDIA only. This

would ensure that SLB vendors which are serious about Indian subcontinet business and

support requirements, would only be qualified.

We also suggest to elaborate more on the proposed SLB vendor qualification criteria like

number of successful Installations in India (Government projects) etc., Support

architecture, Industry Presense for more than 15 years which will reflect the OEM stability

& after-sales support mechanism in India.

SUGGESTED CLAUSE:

The proposed SLB vendor should be present in Gartner's Leader quadrant.

SLB vendor should have TAC in India & should have industry presense for more than 15

years. RFP provides minimum specification and any value add feature are acceptable.

295 1

6.5.19 Minimum

Technical

Specifications-

Hardware at DC & DR-

F) Server Load

Balancer 139 New Clause Request

There are specific types of attacks like Cross site scripting, SQL Injection etc. which target

the web based portals. Looking at the project SoW & requirement, we would recommend

for a Dedicated Web Application Firewall which would safeguard the web based

applications from these kind of attacks by mitigating web based security threats and

vulnerabilities. Total Qty of Web Application Firewall should be as many number of Server

Load Balancers as part of solution.

SUGGESTED CLAUSE:

Dedicated ICSA certified Web Application Firewall appliance with minimum throughput: 2

Gbps. The DDoS protection solution and Web Application Firewall should be from same

OEM. RFP provides minimum specification and any value add feature are acceptable.

Page 28: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

296 1

6.5.19 Minimum

Technical

Specifications-

Hardware at DC & DR-

F) Server Load

Balancer 140 Minimum of 5 Gbps throughput and scalable to 10 Gbps throughput.

Keeping in mind the increase in Infrastructure requirements for the application

reqquirements, it is highly recommended to have the increase in the scalability factor,

which will ensure that better Return of Investment also.

SUGGESTED CLAUSE:

Should support minimum 4 Gbps L7 throughput and upgradeable to 16 Gbps without

change in hardware or any new addition in hardware RFP provides minimum specification and any value add feature are acceptable.

297 1

6.5.19 Minimum

Technical

Specifications-

Hardware at DC & DR-

F) Server Load

Balancer 140

Appliance should provide full ipv6 support and OEM should be IPv6

gold-certified.

OEM should be listed vendor for ipv6 phase-2 certification.

This clause is favoring to specific OEM. Hence would request you to remove this clause in

order to increase the competition.

SUGGESTED CLAUSE: Remove the clause

Amended. Refer clause 6.5.19-f - server load balancer- Point 6 of volume I of

amended RFP

298 1

6.5.19 Minimum

Technical

Specifications-

Hardware at DC & DR-

F) Server Load

Balancer 140

The appliance should support server load balancing algorithms i.e.

round robin, weighted round robin, least connection, Persistent IP,

Hash IP, Hash Cookie, consistent hash IP, shortest response,

proximity, snmp, SIP session ID, hash header etc.

Please generalize this clause in order to increase the competition.

SUGGESTED CLAUSE:

The SLB should support the below metrics:

— Minimum Misses,

— Hash,

— Persistent Hash,

— Tunable Hash,

— Weighted Hash,

— Least Connections,

— Least Connections Per Service,

— Round-Robin,

— Response Time,

— Bandwidth, RFP provides minimum specification and any value add feature are acceptable.

299 1

6.5.19 Minimum

Technical

Specifications-

Hardware at DC & DR-

F) Server Load

Balancer 140

Extensible policies (epolicies) scripts to implement business logic on

network without any changes in application code.

Please elaborate this clause. A framework for customizing application delivery should be

provided using user-written scripts, that provides the flexibility to control application flows

and fully meet business requirements in a fast and agile manner.

SUGGESTED CLAUSE:

The proposed framework enables to:

• Extend Server Load Balancer Fabric services with delivery of new applications

• Quickly deploy new services

• Mitigate application problems without changing the application

• Preserve infrastructure investment by adding new capabilities without additional

equipment investment RFP provides minimum specification and any value add feature are acceptable.

Page 29: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

300 1

6.5.19 Minimum

Technical

Specifications-

Hardware at DC & DR-

F) Server Load

Balancer 140

The appliance should support multi port, scripted and custom health

check with content verification

Please elaborate this clause and mention the various health checks that are required in

the proposed SLB.

SUGGESTED CLAUSE:

The SLB should support the following Health Check Types:

---Link Health Checks,

— TCP Health Checks,

— UDP Health Checks,

— ICMP Health Checks,

— HTTP/S Health Checks,

— TCP and UDP-based DNS Health Checks,

— TFTP Health Check,

— SNMP Health Check,

— FTP Server Health Checks,

— POP3 Server Health Checks,

— SMTP Server Health Checks,

— IMAP Server Health Checks,

— NNTP Server Health Checks,

— RADIUS Server Health Checks,

— SSL HELLO Health Checks,

— WAP Gateway Health Checks,

— LDAP/LDAPS Health Checks,

--ARP Health Checks

--RTSP Health Checks

--SIP Health Checks

---Script-Based Health Checks RFP provides minimum specification and any value add feature are acceptable.

301 1

6.5.19 Minimum

Technical

Specifications-

Hardware at DC & DR-

F) Server Load

Balancer 141

The appliance should have SSH CLI, Direct Console, SNMP, Single

Console per Cluster with inbuilt reporting.

Please generalize this clause in order to increase the competition.

SUGGESTED CLAUSE:

The proposed SLB should be accessable as per the following:

• Using the CLI,

• Using SNMP,

• Using the Browser-Based Interface,

• Using the Management Port,

Amended. Refer clause 6.5.19-f - server load balancer- Point 27 of volume I of

amended RFP

302 1

6.5.19 Minimum

Technical

Specifications-

Hardware at DC & DR-

F) Server Load

Balancer 141

Appliance must support multiple configuration files with 2 bootable

partitions for better availability and easy upgrade / fallback.

This clause is favoring to specific OEM. Hence would request you to remove this clause in

order to increase the competition.

SUGGESTED CLAUSE: Remove the clause

Amended. Refer clause 6.5.19-f - server load balancer- Point 30 of volume I of

amended RFP

Page 30: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

303 1 Item No. F 139 New Clause Request

Please elaborate the Virtualization functionality, that it should not taken as

SEGMENTATION feature.

ADC-VX/Virtualization feature is a specialized Application Delivery Controller (ADC)

hypervisor that runs multiple virtual

ADC instances on dedicated ADC hardware. ADC-VX is built

on a unique architecture that virtualizes the resources—including CPU, memory, network,

and acceleration resources. This specialized hypervisor runs fully functional virtual ADC

instances, each of which delivers ADC functionality just like a dedicated physical ADC.

Each virtual ADC instance contains a complete and separated environment of resources,

configurations and management.

Hence we would suggest you to kindly confirm the same.

SUGGESTED CLAUSE:

The proposed SLB should have ADC-VX/Virtualization feature.

Each virtual ADC instance contains a complete and separated environment of resources,

configurations and management.

The proposed device should have 5 Virtual Instances from Day 1 and scalable upto 24

Virtual Instances. RFP provides minimum specification and any value add feature are acceptable.

304 1 Item No. F 139 New Clause Request

Third party analysis agencies like Gartner ensures that the proposed Server Load

Balancer is tested & recognized worldwide in the respective domain area.

We recommended that SLB vendor has TAC suport center based out of INDIA only. This

would ensure that SLB vendors which are serious about Indian subcontinet business and

support requirements, would only be qualified.

We also suggest to elaborate more on the proposed SLB vendor qualification criteria like

number of successful Installations in India (Government projects) etc., Support

architecture, Industry Presense for more than 15 years which will reflect the OEM stability

& after-sales support mechanism in India.

SUGGESTED CLAUSE:

The proposed SLB vendor should be present in Gartner's Leader quadrant.

SLB vendor should have TAC in India & should have industry presense for more than 15

years. RFP provides minimum specification and any value add feature are acceptable.

305 1 Item No. F 139 New Clause Request

There are specific types of attacks like Cross site scripting, SQL Injection etc. which target

the web based portals. Looking at the project SoW & requirement, we would recommend

for a Dedicated Web Application Firewall which would safeguard the web based

applications from these kind of attacks by mitigating web based security threats and

vulnerabilities. Total Qty of Web Application Firewall should be as many number of Server

Load Balancers as part of solution.

SUGGESTED CLAUSE:

Dedicated ICSA certified Web Application Firewall appliance with minimum throughput: 2

Gbps. The DDoS protection solution and Web Application Firewall should be from same

OEM. RFP provides minimum specification and any value add feature are acceptable.

Page 31: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

306 1

Blade

Chassis

Specification- g 141

2 x 10 GBPS Ethernet switch with L2 and L3 capabilities, VM ready

support for 802.1Qbg standards. Each Switch should have

100GB uplink cability and

should be scalable to provide atleast

220GB uplink capability. Switch configured should have

following

features like

Non-blocking architecture with wire-speed forwarding of traffic, Media

access control (MAC) address learning: automatic update,

support of up to 1,28,000 MAC addresses VRRP for Layer 3 router

redundancy, Layer 2 Trunk Failover to support active/standby

configurations of network adapter teaming on compute nodes, 802.1Q

VLAN tagging support on all ports, VLAN-based, MAC-based, and IP-

based ACLs, Support for IEEE

802.1p, IP ToS/DSCP, and ACL-based (MAC/IP source and

destination addresses, VLANs) traffic classification and processing, IP

v4 and IP v6 Layer 3 functions, VMready, Simple

Network Management Protocol (SNMP V1, V2, and V3) 1) We request to change the Switch capabilities to L2 or L3. 2 ) Each switch should 80 GB

uplink capability

Amended. The term 'VM' has been changed to 'Virtual Machine' and may be

read as such wherever it appeared in the RFP.

307 1

Blade

Chassis

Specification-g 143

Should provide support for multiple platforms in x86 and RISC/EPIC

servers within the same enclosure. We request to change it to X86/Risc/EPIC

Amended. Refer clause 6.5.19-g - Blade Chasis- Point 11 of volume I of

amended RFP

308 1

g. Blade Chassis

Specification

(Ethernet IO

Module (10GB)) 141

2 x 10 GBPS Ethernet switch with L2 and L3 capabilities, VM

ready support for 802.1Qbg standards. Each Switch should have

100GB uplink cability and should be scalable to provide atleast

220GB uplink capability. Switch configured should have following

features like

Non-blocking architecture with wire-speed forwarding of traffic,

Media access control (MAC) address learning: automatic update,

support of up to 1,28,000 MAC addresses VRRP for Layer 3

router redundancy, Layer 2 Trunk Failover to support

active/standby configurations of network adapter teaming on

compute nodes, 802.1Q VLAN tagging support on all ports,

VLAN-based, MAC-based, and IP-based ACLs, Support for IEEE

802.1p, IP ToS/DSCP, and ACL-based (MAC/IP source and

destination addresses, VLANs) traffic classification and

processing, IP v4 and IP v6 Layer 3 functions, VMready, Simple

Network Management Protocol (SNMP V1, V2, and V3)

802.1Qbg is virtual networking standard which is supported on vSwitches within the

Hypervisor. Physical switches need to support 802.1Qbg passthrough and 802.1Q

tagging. Request that physical specs specification be amended to support 802.1Q

standard so that vLAN can be tag on physical switch. Amended. The term 'VM' has been changed to 'Virtual Machine' and may be

read as such wherever it appeared in the RFP.

309 1

g. Blade Chassis

Specification

Page no. 142 (Power

Modules) 142

Redundant power modules t0 provide N+N or N+1 redundancy.

Power supplies configured should be 80 PLUS Platinum certified

and should provide 92% efficiency at 100% load.

Given specs are looking vendor specific So reuest you amend the clause as suggested so

that every reputated OEM can participate who are leaders in magic quadrat like Dell Amended. Refer clause 6.5.19-g - Blade Chasis- Point 6 of volume I of

amended RFP

Page 32: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

310 1

g. Blade Chassis

Specification

Page no. 142

(Network

Management) 142

Should provide for the following Network Management

Capabilities for chassis internal switches:

• Management of network switches from a variety of vendors.

• Discovery, inventory, and status monitoring of switches.

• Graphical network topology views.

• Support for KVM, VMware virtual switches, and physical

switches.

• VLAN configuration of switches.

• Integration with server management.

• Per-virtual machine network usage and performance statistics

provided to VMControl.

• Logical views of servers and network devices grouped by subnet

and VLAN.

Clause to be amend as:

Management of network switches from a variety of vendors.

• Discovery, inventory, and status monitoring of switches.

• Support for KVM, VMware virtual switches, and physical

switches.

• VLAN configuration of switches.

• Integration with server management.

Amended. Refer clause 6.5.19-g - Blade Chasis- Point 9 of volume I of

amended RFP

311 1

g. Blade Chassis

Specification

Page no. 142

(Virtualization

Management) 17

Should provide following Virtualization Management Capabilities

with integration to the Hypervisor manager:

• Support for VMware, Hyper-V, KVM

• Creates virtual servers.

• Edits virtual servers.

• Manages virtual servers.

• Relocates virtual servers.

• Discovers virtual server, storage, and network resources and

visualize the physical-to-virtual relationships.

Please remove the clause from the Blade Chasis H/W Specs.Virtualization management

feature willbe available from VMware/Windows HyperV. Deleted

312 1

g. Blade Chassis

Specification

(Storage

Management) 143

Should provide for the following Storage Management

Capabilities for integrated storage:

• Discovery of physical and virtual storage devices.

• Support for virtual images on local storage across multiple

chassis.

• Inventory of the physical storage configuration.

• Health status and alerts.

• Storage pool configuration.

• Disk sparing and redundancy management.

• Virtual volume management.

• Support for virtual volume discovery, inventory, creation,

modification, and deletion

Please remove the clause from the Blade Chasis H/W Specs.Storage Management

feature will be available from storage management interface.F36 Deleted

313 1

g. Blade Chassis

Specification

(System Panel) 143

LEDs on the front information panel that can be used to obtain

the status of the chassis Identify, Check log and the Fault LED

Request you amend the clause as"LEDs on the front information panel that can be used to

obtain

the status of the chassis Identify, Check log and the Fault LED/LCD Amended. Refer clause 6.5.19(g) of volume I of amended RFP

314 1

Blade Chassis

specifications

Clause 3 - Ethernet IO

Module (10GB)

141

2 x 10 GBPS Ethernet switch with L2 and L3 capabilities, VM ready

support for 802.1Qbg standards. Each Switch should have 100GB

uplink cability and should be scalable to provide atleast 220GB uplink

capability. Switch configured should have following features like Non-

blocking architecture with wire-speed forwarding of traffic, Media

access control (MAC) address learning: automatic update, support of

up to 1,28,000 MAC addresses VRRP for Layer 3 router redundancy,

Layer 2 Trunk Failover to support active/standby configurations of

network adapter teaming on compute nodes, 802.1Q VLAN tagging

support on all ports, VLAN-based, MAC-based, and IP-based ACLs,

Support for IEEE 802.1p, IP ToS/DSCP, and ACL-based (MAC/IP

source and destination addresses, VLANs) traffic classification and

processing, IP v4 and IP v6 Layer 3 functions, VMready, Simple

Network Management Protocol (SNMP V1, V2, and V3)

Request to remove Vmready support asked.

This clause is vendor-restrictive as the properietary VMready asked is from a single

vendor only, hence such terminology shall be removed from the RFP.

VM ready supporting 802.1Qbg standard is already asked for the switch specification.

Amended. The term 'VM' has been changed to 'Virtual Machine' and may be

read as such wherever it appeared in the RFP.

Page 33: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

315 1

Should provide for the following Network Management

Capabilities for chassis internal switches:

• Management of network switches from a variety of vendors.

• Discovery, inventory, and status monitoring of switches.

• Graphical network topology views.

• Support for KVM, VMware virtual switches, and physical

switches.

• VLAN configuration of switches.

• Integration with server management.

• Per-virtual machine network usage and performance statistics

provided to VMControl.

• Logical views of servers and network devices grouped by subnet

and VLAN.

Request to kindly remove this clause. Network management functionality should be asked

in as a part of NMS software or core switch management software and Not as a part of

chassis internal switch management; Such features as mentioned here such as support

for switches from Multiple vendors, Network topology, support for virtual switches, VLAN

configuration etc need not be present within chassis internal switch and should be a

feature of either Core ethernet switch management OR a network management software.

Terms like VMControl is a OEM specific terminology ONLY used by specific vendor.

Amended. Refer clause 6.5.19-g - Blade Chasis- Point 9 of volume I of

amended RFP

316 1

Blade Chassis

specifications

Clause 11 -Storage

Management 143

Should provide for the following Storage Management

Capabilities for integrated storage:

• Discovery of physical and virtual storage devices.

• Support for virtual images on local storage across multiple

chassis.

• Inventory of the physical storage configuration.

• Health status and alerts.

• Storage pool configuration.

• Disk sparing and redundancy management.

• Virtual volume management.

• Support for virtual volume discovery, inventory, creation,

modification, and deletion

Request to kindly remove this clause. These are Storage Management specifications

asked in the Blade Chassis. These features are already been asked in the SAN storage

specifications. Also, storage management in the blade chassis is favouring to one

particular OEM. Hence we request to kindly remove this clause. Deleted

317 1

Blade Chassis

specifications

Clause 12 -System

Panel

LEDs on the front information panel that can be used to obtain the

status of the chassis Identify, Check log and the Fault LED.

Rephasre to "LED/LCD on the front information panel that can be used to obtain the

status of the chassis Identify, Check log and faults on the LED/LCD display" Some OEM

provide LCD on the chassis for fault detection and identification on the chassis Amended. Refer clause 6.5.19(g) of volume I of amended RFP

318 1

Blade Servers

Specifications

-h 143

128GB DDR-3 LR DIMMS Memory Upgradeable to 768GB (24DIMMS

Slots) We request to change the scalablity to 1536 GB. RFP provides minimum specification and any value add feature are acceptable.

319 1

Blade Servers

Specifications

-h 143

Integrated Hardware Raid Controller to supports Hardware Raid RAID

0, 1 Integrated/Addon Hardware Raid Controller to supports Hardware Raid RAID 0, 1 Amended. Refer clause 6.5.19(h) of volume I of amended RFP

320 1

Blade Servers

Specifications-h

143

2 x Intel Xeon six Core E5-4610 CPU @ 2.4 GHz or better and

expandable upto 4 processors.

we request to provide option with 2 socket Intel Ivy bridge blades . Each server populated

with single E5 2695V2 CPU. RFP provides minimum specification and any value add feature are acceptable.

321 1

h. Blade Servers

Specifications

(USB) 144

USB ports: one external. Two internal for embedded

hypervisor

Support Three USB ports. SD card provision is there for Hypervisors.This clause is

seems vendor specific every OEM has different technology to match this feature.

Amended. Refer clause 6.5.19-h - Blade Server Poin 17 of volume I of

amended RFP

322 1

Blade Servers

specifications

Clause 5 - Memory

protection support ECC, Memory Mirroring, Memory Sparing

Rephrase to " ECC, Memory Mirroring or equivalent, Memory Sparing" or better Since

memory mirroring is a old feature of memory protection. Better or equivalent features can

also be provided. RFP provides minimum specification and any value add feature are acceptable.

323 1

Blade Servers

specifications

Clause 7 - Disk Drives 144

2 x 200GB HS SATA MLC SSD Hard Disk Drive, Server

should support Hardware Raid controller supporting

Raid 0 and 1.

Rephrase to "2 x 200GB SATA SSD Hard Disk Drive, Server should support Hardware

Raid controller supporting Raid 0 and 1" All vendors have different technology SSD drives

support. Option to be open for better or equivalent SSD drives also to be quoted. Amended. Refer clause 6.5.19(h) Point 7 of volume I of amended RFP

324 1

Blade Servers

specifications

Clause 17 - USB

USB ports: one external. Two internal for embedded

hypervisor

Rephrase to "USB ports: one external. One internal for embedded hypervisor" This

clause is vendor-restrictive as not all the vendors provide two internal USB ports.

Amended. Refer clause 6.5.19(h) Point 17 of volume I of amended RFP

325 1

Clause 13: Data Base

Server 145

Operating System:

Microsoft Windows Server 2008 R2, Red Hat Enterprise Linux 5 and

6, SUSE Linux Enterprise Server 10 and 11, VMware ESX

All the operating systems are mentioned in Data Base Servers, pls do clarify , which

operating system is required. One OS as per proposed solution.

Page 34: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

326 1

i. Data Base Server

(Rack)

(Certification) 144

OEM ISO 9001 Manufacturer, UL, FCC, RoHS and should be certified

on the supplied OS Version

Rephrase as OEM ISO 9001 Manufacturer/ UL/ FCC/RoHS and should be certified on the

supplied OS Version Amended. Refer clause 6.5.19(i) Point 15 of volume I of amended RFP

327 1

Data Base Server

(Rack) Processor/

CPU

Min. 4 x Intel Xeon E7 4820 (Eight Core) 2.0 GHz

processors with 24MB cache, 64bit technology or higher

Min. 4 x Intel Xeon E7 4820 (Eight Core) 2.0 GHz

processors with 24MB cache, 64bit technology or higher. Server should be scalable to 8

Processors. As the current DB server doesn’t have any future scalability in terms of

processor. As the DB server is going to be critical hence it is suggested to have the CPU

scalability. No change in RFP

328 1 SAN - j 145

2.1 16 GB Total Mirrored Cache for Disk 10 Operations scalable to

min 32 GB We request to change the cache to 32 GB per controller. RFP provides minimum specification and any value add feature are acceptable.

329 1 SAN 146

10) The storage system should be scalable from 30 TB to 60 TB of

raw capacity using

40% on SAS drives and 60% on Near SAS or equivalent drives using

the same

configuration as Quoted in this tender. The Storage should have at

least 4 ports of 4 Gbps Frontend ports and 4 no's of back end ports of

4 Gbps the storage array must

have the capability to do array based remote replication using FCIP or

IP technology.

The Storage should have at least 4 ports of 8

Gbps Frontend ports and 4 no's of back end ports of min 6 Gbps ;the storage array must

have the capability to do array based remote

replication using FCIP or IP technology.

RFP provides minimum specification and any value add feature are acceptable.

330 1

Storage Area Network

(SAN) -

3. Host interface

145

3.1 For front-end host connectivity, the storage system should be

configured with sufficient number of 4/8Gbps FC ports or SAS port

with sufficient SAS links, so as to provide an aggregated total

bandwidth of at least 32Gbps across all the controllers.

Request for Change:

For front-end host connectivity, the storage system should be configured with sufficient

number of 4/8Gbps FC ports or SAS port with sufficient SAS links, so as to provide an

aggregated total bandwidth of at least 64Gbps across all the controllers. RFP provides minimum specification and any value add feature are acceptable.

331 1

Storage Area Network

(SAN) -

4. Drive interface

(Page 145) 144

4.1 For back-end connectivity, the storage system should be

configured with sufficient number of 4/8Gbps FC ports or sufficient 6

Gbps of SAS-II backend ports/ lanes across all the controllers so as to

provide an aggregated bandwidth of at least 16Gbps across all the

controllers.

Request for Change:

For back-end connectivity, the storage system should be configured with sufficient

number of 4/8Gbps FC ports or sufficient 6 Gbps of SAS-II backend ports/ lanes across all

the controllers so as to provide an aggregated bandwidth of at least 96Gbps across all the

controllers. RFP provides minimum specification and any value add feature are acceptable.

332 1

Storage Area Network

(SAN) -

8. SAN specifications

shall have the

following 146

17. Should support hot-swappable physical drive raid array expansion

with the addition of extra hard disks

Request for Change:

Should support hot-swappable physical drive raid array/disk pool expansion with the

addition of extra hard disks No change in RFP

333 1 Blade Server 144 Operating system

OS in the Blade Server is not mentioned, pls do clarify on the Operating system to be

provided with the Blade server or the Existing Licenses are to be provided by department. Amended. Refer clause 6.5.19(h) Point 20 of volume I of amended RFP

334 1

j. Storage Area

Network (SAN)

(8.1) 145

The storage system should be scalable from 30 TB to 60 TB of raw

capacity using 40% on SAS drives and 60% on Near SAS or

equivalent drives using the same configuration as Quoted in this

tender. The Storage should have at least 4 ports of 4 Gbps Frontend

ports and 4 no’s of back end ports of 4 Gbps the storage array must

have the capability to do array based remote replication using FCIP or

IP technology

Now days all storage system come with minimum 8Gb frontend ports and 6 Gbps SAS

ports for backedn connectivity.Please allow 8 Gbps FC for frontend ports and 6 Gbps

SAS ports for backend. RFP provides minimum specification and any value add feature are acceptable.

335 1

j. Storage Area

Network (SAN)

(8.1) 145

Should be able to take "snapshots" of the stored data to another

logical drive on a different Disk/RAID Group for backup purposes

Request to amend the clause as Should be able to create "snapshots" on same logical

drive for backup purpose No change in RFP

336 1

j. Storage Area

Network (SAN)

(8.1) 145

16 GB Total Mirrored Cache for Disk IO Operations scalable to min 32

GB

Cache is critical for storage system , hence we request to increase the minimum cache

requirement to 32 GB. RFP provides minimum specification and any value add feature are acceptable.

337 1

j. Storage Area

Network (SAN)

(Raid Level

Supported) 145 0, 1, 5 / 6 Request you to amend the clause 0, 1/10, 5 / 6 RFP provides minimum specification and any value add feature are acceptable.

Page 35: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

338 1

Storage Area Network

(SAN) - Cache 145

16 GB Total Mirrored Cache for Disk IO Operations scalable to min 32

GB

16 GB Total Mirrored Cache for Disk IO Operations scalable to min 32 GB. Offered

storage array shall support the controller scalablity by adding more controllers As th

current Storage in Rajasthan SCRB is scalable to 4 controllers hence, the new storage

should also have the controller scalability. From the future load prospective controller

scalability should be there RFP provides minimum specification and any value add feature are acceptable.

339 1

Storage Area Network

(SAN) - Host interface

For front-end host connectivity, the storage system should be

configured with sufficient number of 4/8Gbps FC ports or SAS port

with sufficient SAS links, so as to provide an aggregated total

bandwidth of at least 32Gbps across all the controllers

For front-end host connectivity, the storage system should be configured with sufficient

number of 8Gbps FC ports or so as to provide an aggregated total bandwidth of at least

32Gbps across all the controllers 8 Gbps FC FE ports are standard and provided by all

the OEM's across industry. RFP provides minimum specification and any value add feature are acceptable.

340 1

Storage Area Network

(SAN) - Drive

interface

For back-end connectivity, the storage system should be configured

with sufficient number of 4/8Gbps FC ports or sufficient 6 Gbps of

SAS-II backend ports/ lanes across all the controllers so as to provide

an aggregated bandwidth of at least 16Gbps across all the controllers.

For back-end connectivity, the storage system should be configured with sufficient

number of 4/8Gbps FC ports or sufficient 6 Gbps of SAS-II backend ports/ lanes across all

the controllers so as to provide an aggregated bandwidth of at least 96 Gbps across all

the controllers. Request you to please increase the backend aggregated bandwidth to

atleast 96 Gbps across controllers. RFP provides minimum specification and any value add feature are acceptable.

341 1

SAN specifications

shall have the

following

The storage array shall be configured with at least 16 GB cache

scalable to min 32 GB mirrored across two storage controllers for disk

I/O operations.

16 GB Total Mirrored Cache for Disk IO Operations scalable to min 32 GB. Offered

storage array shall support the controller scalablity by adding more controllers As th

current Storage in Rajasthan SCRB is scalable to 4 controllers hence, the new storage

should also have the controller scalability. From the future load prospective controller

scalability should be there RFP provides minimum specification and any value add feature are acceptable.

342 1

The storage system should be scalable from 30 TB to 60 TB of raw

capacity using 40% on SAS drives and 60% on Near SAS or

equivalent drives using the same configuration as Quoted in this

tender. The Storage should have at least 4 ports of 4 Gbps Frontend

ports and 4 no’s of back end ports of 4 Gbps the storage array must

have the capability to do array based remote replication using FCIP or

IP

technology.

The storage system should be scalable from 30 TB to 60 TB of raw capacity using 40% on

SAS drives and 60% on Near SAS or equivalent drives using the same configuration as

Quoted in this tender. The Storage should have at least 4 ports of 8 Gbps Frontend ports

and 4 no’s of back end ports of 6 Gbps SAS, the storage array must have the capability to

do array based remote replication using FCIP or IP technology. As all the OEMs offers the

front ent ports at 8 Gbps and the backend ports of 6Gbps SAS. Request to kindly change

the same. RFP provides minimum specification and any value add feature are acceptable.

343 1 FC-IP Router

FCIP router are asked should be removed or to be provided if required. ALL OEM dsnt

require the FCIP Routers for the replication. Also, FCIP router is an older technology and

all the new generation SAN storage doesn’t requires FCIP router

If Bidder provides solution for DC-DR replication that does not require FC-IP

Router the same may not be supplied.

344 1

SAN Switch

(6) 148 Media Types : No single point of failure. Need clarity of media point Amended. Refer clause 6.5.19(m) Point 6 of volume I of amended RFP

345 1

SAN Switch

Page no.

148(Aggregate Switch

Bandwidth) 148 384 Gbps Maximum Request you to amend the clause as"192Gbps maximum RFP provides minimum specification and any value add feature are acceptable.

346 1

Technical &

Functional

Requirements / n.

Core Router 148

Modular Chassis, the architecture should be based on high

performance,

distributed / centralized forwarding architecture.

Request you to modify this clause "Modular Chassis, the architecture should be

based on high performance, distributed / centralized forwarding architecture with

Redundancy controller ". Considering the core router , its recommend the

hardware level resiliency to ensure continues operation. RFP provides minimum specification and any value add feature are acceptable.

347 1

Technical &

Functional

Requirements / n.

Core Router Should support Voice, Video, Security

Reqeust you to modify this clause as " Should support Voice, Video, Security traffic."

This is all about IP based traffic for WAN Amended. Refer clause 6.5.19(n) Point 1 of volume I of amended RFP

348 1

Technical & Functional

Requirements / n.

Core Router

Ethernet LAN Ports -> 3 x 10/100/1000/10000 Mbps Ethernet port. It

should support additional Gigabit Ethernet modules i.e. both

10/100/1000 or SFP type (upgradable )

Request you to modify this as "WAN router Ethernet LAN and WAN Ports -> 3 x 10

Gbps Ethernet port, populated with SR/LR transceiver as require sthe olution

from DAY 1 . It should support additional Gigabit Ethernet modules i.e. both

10/100/1000 or SFP type (upgradable ). Since DC and DR router mainly use for

MPLS connectivity for deliver higher performance or supporting higher WAN

bandwidth since the entire infrastructure at DC & DR asked for compatible with

10G enabled in RFP and provide 10 Gig WAN interface is not clear in terms of type

of interface As per industry standard recommend on fiber termination from ISP

link termination and LAN connectivity Amended. Refer clause 6.5.19(n) Point 1 of volume I of amended RFP

Page 36: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

349 1

Technical & Functional

Requirements / n.

Core Router

It should support the industries widest range of wired and wireless

connectivity options such as T1/E1, T3/E3, 3G, copper and fiber GE,

etc

Request you to modify this clause as "It should support the industries widest range of

wired connectivity options such as T1/E1, T3/E3, Ch-STM-1, STM-16, copper and

fiber GE, 10 Gig etc. Wireless feature i.e 3G etc. is more useful for branch for lower

bandwidth as backup connectivity at branch side. This is not recommend to be in

Core Router. Whereas Supporting of STM-1, STM-16 will be ensure the higher

bandwidth performance interface on router as multiple options to terminated the

higher bandwidth if ISP not able to provide the bandwidth over Ethernet. "3G" Deleted

350 1

Requirements / n.

Core Router 149 Should support AC and PoE, Power-supply options

Request you to modify this clause as "Should support AC Or DC Power-supply

options" RFP provides minimum specification and any value add feature are acceptable.

351 1

Technical & Functional

Requirements / n.

Core Router 4.Should support 3G standards High-Speed Packet Access (HSPA)

Request you to delete this clause. Wireless feature i.e 3G etc. is more useful for branch

for lower bandwidth as backup connectivity at branch side. This is not recommended to

be in Core Router "3G" Deleted

352 1

Technical & Functional

Requirements / n.

Core Router

5. Voice & Video DSP support :

Voice & Video DSP support

Support Voice interface i.e. FXS, FXO, PRI, BRI

Request you to delete this clause. Video DSP is specific to OEM and the DC and DR

router mainly use for MPLS connectivity for deliver higher performance or supporting

higher WAN bandwidth since the entire infrastructure at DC & DR asked for compatible

with 10G enabled in RFP . The WAN router use to provide to connect multiple branches

over WAN or MPLS cloud so running the multiple service will degrade the actual routing

performance on core router and the voice gateway is always recommended as separate

router to deploy as voice gateway. Its not s recommend to run the Voice service in core

router r router Amended. Refer clause 6.5.19(n) Point 3 of volume I of amended RFP

353 1

Technical & Functional

Requirements / n.

Core Router

7. Bandwidth Optimization: The following bandwidth

optimization features should be there:

Dial-Backup

Dial-on-Demand

Inactivity timeouts

Request you to delete this clause. Dial-Backup and Dial on demond maily use for

small branch end connectivty where it doesn't required in core router. Deleted

354 1 n. Core Router 149

Ethernet LAN Ports -> 3 x 10/100/1000/10000 Mbps Ethernet port. It

should support additional Gigabit Ethernet modules i.e. both

10/100/1000 or SFP

type (upgradable ) Please clarify whether fiber or copper ports are required . Amended. Refer clause 6.5.19(n) Point 2 of volume I of amended RFP

355 1 n. Core Router 149

Ethernet LAN Ports -> 3 x 10/100/1000/10000 Mbps Ethernet port. It

should support additional Gigabit Ethernet modules i.e. both

10/100/1000 or SFP

type (upgradable )

10000 Mbps ethernet cannot negotiate with 10 Mbps ethernet port ,Please mention the

details regarding the no of ports required(no of 10/100/1000 ports & no of 10G ports) Amended. Refer clause 6.5.19(n) Point 2 of volume I of amended RFP

356 1

L3 /Core Switch (48

Ports 10/100/1000) 152

2/c. Support for 10GbE Ports for uplinking the distribution

switches/access switches / Servers/ connectivity with network

Request you to modify this clause as "Support for 10GbE Ports and 40 Gig for

uplinking the distribution switches/access switches / Servers/ connectivity with

network from DAY 1". Chassis or Core switch should support 40 Gig interface

which will ensure higher bandwidth interface supported by switch for future

scalability or need. RFP provides minimum specification and any value add feature are acceptable.

357 1

. L3 /Core Switch (48

Ports 10/100/1000) 3. Switch should have forwarding rate of minimum 720 Mbps or more

Request you to modify this . Request you to modify this clause as "Switch should have

forwarding rate of minimum 714 Mpps or more". The performance will varies from

OEM to OEM, The Non-blocking Architecture will ensure actual wired

perfromance. Amended. Refer clause 6.5.19(o) Point 3 of volume I of amended RFP

358 1

L3 /Core Switch (48

Ports 10/100/1000)

Support for high-performance routing with support for RIPv1, RIPv2,

OSPF,BGP

Request to modify this clause as "Should have high- routing protcocl RIPv1, RIPv2,

OSPF,BGP for IPv6 and IPv4 and MPLS from DAY 1". Availability advanced

routing will ensure the feature will be utilize when its required to enable on core

switch since this layer 3 switch. So it’s should have All advanced routing protocol

from DAY 1 RFP provides minimum specification and any value add feature are acceptable.

359 1 n. Core Router 149 Should support 6 High port density WAN interface Modules

Please clarify whether you want 6 nos of Wan interface ports or cards(Each card can have

1 or two or multiple ports ). The eqipment should support the specification through either means.

Page 37: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

360 1

o. L3 /Core Switch (48

Ports 10/100/1000) 151 Core Switch with internal firewall Internal firewall specification is not given Please clarify . No change in RFP

361 1

6.5.19 Minimum

Technical

Specifications-

Hardware at DC & DR-

o. L3 /Core Switch (48

Ports 10/100/1000) 151

Should be easily scalable. Should have modular architecture with Min

10 slots which can be used for line cards.

4 Slots chassis is the best suitable switch for the requirement. As it has been asked for 48

Ports which can be provided through 1 or 2 slots rest of the slots can be left for future

scalability. RFP provides minimum specification and any value add feature are acceptable.

362 1

6.5.19 Minimum

Technical

Specifications-

Hardware at DC & DR-

o. L3 /Core Switch (48

Ports 10/100/1000) 152 Multi-Link Trunking Link aggregation is the IEEE protocol which is generic for all the vendors. Amended. Refer clause 6.5.19(o) Point 3 of volume I of amended RFP

363 1

6.5.19 Minimum

Technical

Specifications-

Hardware at DC & DR-

o. L3 /Core Switch (48

Ports 10/100/1000) 152 To support at least 2000 VLANs/switch As this is the core switch, Should support atleast 4000 Vlan/switch RFP provides minimum specification and any value add feature are acceptable.

364 1

6.5.19 Minimum

Technical

Specifications-

Hardware at DC & DR-

o. L3 /Core Switch (48

Ports 10/100/1000) 152

Support should have switching capacity of minimum 1.1 Tbps or

more

As suggested above to reduce the switch to 4 slots, The backplane of 384 Gbps is

sufficient. Amended. Refer clause 6.5.19(o) Point 3 of volume I of amended RFP

365 1

6.5.19 Minimum

Technical

Specifications-

Hardware at DC & DR-

o. L3 /Core Switch (48

Ports 10/100/1000) 152 Switch should have forwarding rate of minimum 720 Mbps or more As per 384 GBPS switching capacity, the forwarding rate should be 280 Mpps. Amended. Refer clause 6.5.19(o) Point 3 of volume I of amended RFP

366 1 Section p.IDS/IPS 154

Support various deployment scenarios including Tap mode,

transparent mode,layer2, vWire & layer3 routed mode. IPS is a layer 2 device,no L3 routing mode support. Kindly remove this point. No change in RFP

367 1 Section p.IDS/IPS 154

The proposed solution must have modern malware protection that

identify unknown malicious files and execute them in a sandbox

environment to expose malicious behavior even if the malware has

never been seen .

Please remove the sandboxing capability required on the IPS, as it is not a feature for an

Network IPS The SI could also provide the same feature through cloud based sandboxing.

368 1 Section p.IDS/IPS 154

The proposed solution shall support sandbox behavior based

inspection and protection of unknown viruses and malware.

Please remove the sandboxing capability required on the IPS, as it is not a feature for an

Network IPS The SI could also provide the same feature through cloud based sandboxing.

369 1 Section p.IDS/IPS 154

Application usage control policies can be enforced using a

combination of the following parameters:

-Allow But Scan Please remove the sub point Allow but scan, not a standard feature of an NIPS. No change in RFP

370 1 p. IDS/IPS 154/211

1GBPS of threat prevention throughput (real time traffic) with IPS,

Gateway

Antivirus, Antispyware & Anti malware modules & signature enabled

from day one

IPS throughput is not inline to other network devices including application load balancer,

Firewall and may impact the application performance, it is highly recommended to modify

the clause as " 2 GBPS of threat prevention throughput (real time traffic) with IPS,

Gateway

Antivirus, Antispyware & Anti malware modules & signature enabled from day one

" RFP provides minimum specification and any value add feature are acceptable.

Page 38: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

371 1 Item No. P 154

High performance with low latency threat prevention solution must

provide hardware

(FPGA or ASIC) offloading of application level (L7) content processing

(IPS, Anti Virus, Anti

Spyware, Vulnerability Protection, File-type filtering, Data filtering)

The NIPS should be a dedicated appliance based solution not a part of Firewall or UTM

as there are limited IPS capabilities in the Firewall/UTM technologies in terms of security

capabilities, performance parameters, functionality feature set etc,.

In order to achieve Defense in Depth approach wrt the overall Security Infra, it is highly

recommended to have Firewall & NIPS from different OEM's as if the hacker is able to

circumvent/bypass/compromise one device OS, it should be stopped by the other

solution from Different make/Different OS. Kindly confirm the below:

Also the Firewall/UTM should be from different vendor as of NIPS solution.Third party

testing agencies like Common Criteria evaluation ensures that the proposed NIPS is

tested wrt the various Performance parameters and having secure/hardened operating

system to ensure the safety of the device itself. Hence we would request to kindly mention

the Common Criteria certification level (higher the EAL level, better the product evaluation

of IPS). The proposed IPS solution should be EAL 4+ certified.

SUGGESTED CLAUSE:

NIPS Product series should be minimum EAL 4+ Labs certified. The NIPS should be a

dedicated appliance not a part of UTM or Firewall module.

NIPS vendor should have direct TAC in India & should have industry presense for more

than 15 years.

Security solutions like Firewall, HIPS, APT, Web/Mail protection solution should be from

different OEM's as of NIPS. Also the Network & Security OEM's should be different. RFP provides minimum specification and any value add feature are acceptable.

372 1 Item No. P 154

1GBPS of threat prevention throughput (real time traffic) with IPS,

Gateway Antivirus, Antispyware & Anti malware modules & signature

enabled from day one

The IPS being very critical component in the Security Infrastructure especially for the

CCTNS project.

Crucial parameters like Throughput should be mentioed in the Technical Specifications in

order to size the device. Hence we would request you to kinldy mention the same along

with the Scalability factor in the proposed appliance (without changing the hardware) for

any future requirement. This will ensure better Return of Investment & lower TCO.

SUGGESTED CLAUSE:

The NIPS should have 4 Gbps throughput scalable to 12 Gbps (without changing the

Hardware). RFP provides minimum specification and any value add feature are acceptable.

373 1 Item No. P 154

Protection against a wide range of malware such as viruses, including

HTML and Javascript viruses, spyware downloads, spyware phone

home, Trojans, etc.

Please elaborate the protection against the emerging threats in detail, as there are many

types of attacks which are supposed to be protected by the proposed NIPS solution.

SUGGESTED CLAUSE:

The NIPS should be able to handle the attacks that can be divided into the following

groups:

• Worms and viruses

• Trojans and backdoors

• Client-side vulnerabilities

• IRC bots

• Spyware

• Phishing

• Anonymizers RFP provides minimum specification and any value add feature are acceptable.

374 1 Item No. P 154

Leverages SSL decryption to block viruses embedded in encrypted or

compressed traffic

Kindly allow the External SSL decryption Engine, which does the same functionality &

performance as the inbuilt one.

SUGGESTED CLAUSE:

NIPS should support for the protection against SSL based attacks. NIPS should support

built-in/External SSL decryption Engine for SSL Traffic decryption to support prevention of

encrypted attacks. Amended. Refer clause 6.5.19(p) of volume I of amended RFP

Page 39: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

375 1 Item No. P 154

Support various deployment scenarios including Tap mode,

transparent mode, layer2, vWire & layer3 routed mode

Please mention the NIPS Deployment Modes types which would be very essential while

placing the appliance in the network.

There are few attacks which target the Bandwidth Saturation while launching an attack.

These kind of attacks are not mitigated by On Premises NIPS/DDoS solution. Srubbing

Centre could be made in the Network, where the Traffic is diverted at the time of attack.

After cleaning the traffic, again it is sent back through the original route.

Hence, in case it is decided in future to build up an scrubbing centre, all the NIPS devices

should have support to integrate with that solution.

Please confirm that the NIPS Deployment Modes.

SUGGESTED CLAUSE:

Following Deployment Modes should be supported in the proposed NIPS:

1) In-line;

2) SPAN Port Monitoring;

3) Copy Port Monitoring;

4) local out-of-path;

5) Out-of-path mitigation (scrubbing center solution) RFP provides minimum specification and any value add feature are acceptable.

376 1 Item No. P 154

Protect the network against known and unknown threats including

vulnerability exploits and malware embedded in application traffic.

Please elaborate the protection against the emerging threats in detail, as there are many

types of attacks which are supposed to be protected by the proposed NIPS solution.

SUGGESTED CLAUSE:

The NIPS should be able to handle the attacks that can be divided into the following

groups:

• Server-based vulnerabilities:

— Web vulnerabilities

— Mail server vulnerabilities

— FTP server vulnerabilities

— SQL server vulnerabilities

— DNS server vulnerabilities

— SIP server vulnerabilities RFP provides minimum specification and any value add feature are acceptable.

377 1 Item No. P 154

Should able to scan for threats inside the application e.g. Deep packet

inspection inside Facebook, twitter & peer-to-peer applications.

These functionalities are not supposed to be mitigated by the NIPS, hence we would

request you to kindly remove this clause.

SUGGESTED CLAUSE: Remove the clause No change in RFP

378 1 Item No. P 154

Real-time stream-based inspection and not using file-based store-and-

forward techniques

Please elaborate more on this clause, as the proposed solution should not rely on static

signatures. The proposed NIPS should provide unique behavioralbased,

automatically generated, real-time signatures, preventing attacks that are not

vulnerabilitybased and zero-minute attacks such as: network and application floods,

HTTP page floods, malware propagation, Web application hacking, brute force attacks

aiming to defeat authentication schemes, and more—all without blocking legitimate users’

traffic and with no need for human intervention.

SUGGESTED CLAUSE:

The proposed NIPS should provide unique behavioralbased,

automatically generated, real-time signatures, preventing attacks that are not

vulnerabilitybased and zero-minute attacks. RFP provides minimum specification and any value add feature are acceptable.

379 1 Item No. P 154

For high performance with low latency the proposed solution must

provide all application level inspection in a single content engine (each

packet must only be inspected once even with all content inspection

features enabled)

Please generalize this clause in order to increase the competition.

SUGGESTED CLAUSE:

The NIPS device Latency should not be more than 60 micro seconds and should

be able to Detect and protect attacks in less than 18 seconds. No change in RFP

Page 40: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

380 1 Item No. P 154

The proposed solution must have modern malware protection that

identify unknown malicious files and execute them in a sandbox

environment to expose malicious behavior even if the malware has

never been seen

This clause is favoring to specific OEM. Hence would request you to remove this clause in

order to increase the competition.

SUGGESTED CLAUSE: Remove the clause The SI could also provide the same feature through cloud based sandboxing.

381 1 Item No. P 154

Zero-Day signature feed from APT Advanced Malware scanning

engine: capable of updating signature base for threats discovered in

APT advanced Malware scanning engine.

Please elaborate this clause. The Security Update Service should be able to deliver

immediate and ongoing signature updates, protecting against the latest network and

application security threats including worms, trojans, bots, and application vulnerabilities,

to safeguard your applications, network and users.

SUGGESTED CLAUSE:

The Security Update Service should consists of the following key service elements:

• 24/7 Security Operations Center (SOC) Scanning—Continuous threat monitoring,

detection, risk

assessment and filter creation for threat mitigation.

• Emergency Filters—Rapid response filter releases for high impact security events

through

Emergency Filters.

• Weekly Updates—Scheduled periodic updates to the signature files, with automatic

distribution

through the management appliance, or on-demand download from the OEM website

• Custom Filters—Custom filters for environment-specific threats and newly reported

attacks reported to the SOC. RFP provides minimum specification and any value add feature are acceptable.

382 1 Item No. P 154 New Clause Request

The attackers/hackers are using DDoS attacks that typically involve compromising into

thousands or Millions of machines across the Internet. After a successful break-in, the

“attacker”, or the malware acting on behalf of the attacker, installs specific DDoS tools or a

specific bot, allowing the attacker to control all these “burgled” machines to launch

coordinated attacks on the victim sites. These kind of attacks are highly dangerous as they

can shut down the service access to the end users or can further be used for advanced

persistance threats.

Hence, the seperate throughput for the DDoS protection has to be mentioned so that in

case of attack the legitimate users should not suffer while accessing the services. Please

confirm the below:

SUGGESTED CLAUSE:

The NIPS Should protect against DDoS attacks. The performance of the DDoS protection

should be minimum 10 Mpps apart from the NIPS throughput. RFP provides minimum specification and any value add feature are acceptable.

383 1 Item No. P 155

The proposed solution shall support sandbox behavior based

inspection and protection of unknown viruses and malware policy rule

creation based on interfaces zones, application identification, user

identification & threat prevention

This clause is favoring to specific OEM. Hence would request you to remove this clause in

order to increase the competition.

SUGGESTED CLAUSE: Remove the clause The SI could also provide the same feature through cloud based sandboxing.

384 1 Item No. P 155

The proposed solution shall delineate specific instances of peer2peer

traffic (Bittorrent, emule, neonet, etc.)

This clause is favoring to specific OEM. Hence would request you to remove this clause in

order to increase the competition.

SUGGESTED CLAUSE: Remove the clause Amended. Refer clause 6.5.19 (p) of volume I of amended RFP

385 1 Item No. P 155

The proposed solution shall delineate specific instances of instant

messaging (AIM, YIM, Facebook Chat, etc.)

This clause is favoring to specific OEM. Hence would request you to remove this clause in

order to increase the competition.

SUGGESTED CLAUSE: Remove the clause No change in RFP

Page 41: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

386 1 Item No. P 155

Firewall (Should support DoS and DDoS protection on any/all

interfaces)

The DDoS attacks are rising Day by Day and becoming more complicated Longer and

using multiple attack tools. There are many types of DoS/DDoS attack categories

(especially TCP FIN, TCP RESET, SYN + ACK, Frag etc.) which are not mentioned in this

clause. Kindly confirm the DDoS categories.

SUGGESTED CLAUSE:

Following DDoS categories must be detected by the proposed NIPS:

TCP SYN floods

TCP SYN+ACK floods

TCP FIN floods

TCP RESET floods

TCP Fragment floods

UDP floods

ICMP floods

IGMP floods RFP provides minimum specification and any value add feature are acceptable.

387 1 Item No. P 155

The proposed solution shall be able to create filters to control groups

of application based on category, sub category, technology, risk or

characteristics etc.

This clause is favoring to specific OEM. Hence would request you to remove this clause in

order to increase the competition.

SUGGESTED CLAUSE: Remove the clause No change in RFP

388 1 Item No. P 155

Application usage control policies can be enforced using a

combination of the

following parameters:

The NIPS is not supposed to do the Application usage control policies. Hence we would

request you to kindly remove this clause, in order to increase the competition.

SUGGESTED CLAUSE: Remove the clause No change in RFP

389 1 Item No. P 155

The proposed firewalls shall support DNS-based signatures to detect

specific DNS lookups for hostnames that have been associated with

malware

Please elaborate this clause. DNS Flood Protection, which can be used in the network-

protection policy, defends your network from zero-day DNS-flood attacks. These attacks

fill available DNS bandwidth with irrelevant traffic, denying legitimate users DNS lookups.

The attacks originate in the public network and threaten

Internet-connected organizations.

The DNS Flood profiles detect traffic anomalies and prevent zero-day, unknown, DNS

flood attacks by identifying the footprint of the anomalous traffic.

SUGGESTED CLAUSE:

The NIPS should be able to protect against the DNS Flood Protection types that include

the following DNS query types:

• A

• MX

• PTR

• AAAA

• Text

• SOA

• NAPTR

• SRV

• Other RFP provides minimum specification and any value add feature are acceptable.

Page 42: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

390 1 Item No. P 155

The OEM should ensure the delivery of the signature in 1 hour from

the time of inspection

Typically to handle sophisitcated attacks like DDOS, prefoessional Services from the OEM

are required, for mitigating these kind of complicated attacks. Hence kindly mention the

same.

SUGGESTED CLAUSE:

During the time of DDoS attack, Real time support, which should be available 24x7 would

be provided by directly by the OEM (with SLA defined) in order to mitigate the DoS/DDoS

attacks.

The System Integrator has to quote these services in their commercial proposal as well. RFP provides minimum specification and any value add feature are acceptable.

391 1 Item No. P 155

The proposed solution shall support PCAP downloads of specific

traffic sessions from the GUI from the logging screen

Please generalize this clause in order to increase the competition.

SUGGESTED CLAUSE:

Hardware based management appliance should be proposed that enables to

configure, modify, monitor, and

generate reports centrally for multiple NIPS. RFP provides minimum specification and any value add feature are acceptable.

392 1 Item No. P 155

The management solution must be capable of providing rich reports

based on application, users and threats or in any combination

Please generalize this clause in order to increase the competition.

SUGGESTED CLAUSE:

The management appliance should provide Historical security reporting engine, which

includes the following:

• Customizable dashboards, reports, and notifications

• Advanced incident handling for security operating centers (SOCs) and network

operating centers

(NOCs)

• Standard security reports

• In-depth forensics capabilities

• Ticket workflow management RFP provides minimum specification and any value add feature are acceptable.

393 1 Item No. P 155 New Clause Request

In many OEM's when the NIPS device is placed in HA (Active-Passive), the throughput of

the individual device becomes half. Hence we would request you to kindly clarify that the

throughput should not degrade when the NIPS devices are placed in HA environment.

This would ensure that the System Integrators/NIPS OEM's would size the box in terms of

througput requirements accordingly.

SUGGESTED CLAUSE:

NIPS Should support High Availability. The INSPECTED throughput of the appliance

should be same or more in case of High Availability (Active-Passive, Active-Active) mode

deployment. RFP provides minimum specification and any value add feature are acceptable.

394 1 Item No. P 155 New Clause Request

The Block actions should be elaborated i.e. At the time attack, the NIPS should have the

capabilities like Dropping the packet, Resetting the connection etc.

Please confirm the Block actions taken by NIPS.

SUGGESTED CLAUSE:

Following Block actions should be taken by NIPS in case of Attack:

1) Drop packet,

2) reset (source, destination, both),

3) suspend (source, src port, destination, dest port or any combination),

4) Challenge-Response for TCP,

HTTP and DNS suspicious traffic RFP provides minimum specification and any value add feature are acceptable.

Page 43: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

395 1 q. external firewall, 155/211

Next Generation Firewall system, with a capability of supporting at

least 2Gbps of Application Identification Enabled Firewall throughput

using 64 byte HTTP packet size,(not UDP 1518)

It is highly recommended to modify the clause as"Next Generation Firewall system, with a

capability of supporting at least 4 Gbps of Application Identification Enabled Firewall

throughput using 64 byte HTTP packet size,(not UDP 1518) RFP provides minimum specification and any value add feature are acceptable.

396 1 q. external firewall 155/211

Next Generation Firewall system, with a capability of supporting at

least 2Gbps of Application Identification Enabled Firewall throughput

using 64 byte HTTP packet size,(not UDP 1518)

Firewall throughput is not inline to other network devices including application load

balancer and may impact the application performance, it is highly recommended to modify

the clause as " Next Generation Firewall system, with a capability of supporting at

least 4Gbps of Application Identification Enabled Firewall throughput using 64

byte HTTP packet size,(not UDP 1518) " RFP provides minimum specification and any value add feature are acceptable.

397 1

s) Global Load

Balancer

Specifications 157

The appliance should have minimum 4 triple speed 10/100/1000 Mbps

Gigabit

copper ports and 2*10G SFP+ from day one.

As per the our understanding wrt the RFP SoW & throughput requirements, as well as

considering the future requirements, it is suggested to increase the ports in the Technical

Specifications.

SUGGESTED CLAUSE:

THE GSLB should be a dedicated solution and having 8 10/1000/1000 Mbps Ethernet

Ports + 16 1 G (SFP based) + 2 10 G support. Amended. Refer clause 6.5.19(s) - Point 2 of volume I of amended RFP

398 1

s) Global Load

Balancer

Specifications 157

The appliance should have 5 Gbps of system throughput from day one

and scalable to

10 Gbps throughput.

Keeping in mind the increase in Infrastructure requirements for the application

reqquirements, it is highly recommended to have the increase in the scalability factor,

which will ensure that better Return of Investment also.

SUGGESTED CLAUSE:

Should support minimum 4 Gbps L7 throughput and upgradeable to 16 Gbps without

change in hardware or any new addition in hardware RFP provides minimum specification and any value add feature are acceptable.

399 1

s) Global Load

Balancer

Specifications 157

Appliance should provide full ipv6 support and OEM should be IPv6

gold-certified.

OEM should be listed vendor for ipv6 phase-2 certification.

This clause is favoring to specific OEM. Hence would request you to remove this clause in

order to increase the competition.

SUGGESTED CLAUSE: Remove the clause Amended. Refer clause 6.5.19(s) - Point 4 of volume I of amended RFP

400 1

s) Global Load

Balancer

Specifications 157

GSLB solution should able to evaluate round trip time (RTT),

Persistence loss ration (PLR) and hop count for dynamic proximity

calculations.

Please generalize this clause in order to increase the competition.

Using GSLB with the client proximity metric, the optimal site for the end-client should be

selected. This is based on calculated shortest response time from site to site in GSLB

mode. The GSLB client proximity metric calculates the response time between each data

center site and end-client in Layer 7. The client proximity calculation provides better use of

bandwidth and time.

SUGGESTED CLAUSE:

Using GSLB with the client proximity metric should be based on calculated shortest

response time from site to site in GSLB mode.

The GSLB client proximity metric calculates the response time between each data center

site and end-client in Layer 7. RFP provides minimum specification and any value add feature are acceptable.

Page 44: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

401 1

s) Global Load

Balancer

Specifications 157 New Clause Request

Third party analysis agencies like Gartner ensures that the proposed Server Load

Balancer is tested & recognized worldwide in the respective domain area.

We recommended that SLB/GSLB vendor has TAC suport center based out of INDIA only.

This would ensure that SLB vendors which are serious about Indian subcontinet business

and support requirements, would only be qualified.

We also suggest to elaborate more on the proposed SLB/GSLB vendor qualification

criteria like number of successful Installations in India (Government projects) etc., Support

architecture, Industry Presense for more than 15 years which will reflect the OEM stability

& after-sales support mechanism in India.

SUGGESTED CLAUSE:

The proposed SLB/GSLB vendor should be present in Gartner's Leader quadrant.

SLB/GSLB vendor should have TAC in India & should have industry presense for more

than 15 years.

SLB and GSLB should be from same OEM. RFP provides minimum specification and any value add feature are acceptable.

402 1

s) Global Load

Balancer

Specifications 158

Weighted round robin,Weighted Least Connections,Administrative

Priority,

Geography,Proximity, Global Connection Overflow (GCO),Global

Least Connection (GLC),IP Overflow (IPO)

Please elaborate this clause.

SUGGESTED CLAUSE:

The Following GSLB metrics should be supported by the proposed solution:

--Session utilization capacity threshold

--CPU utilization capacity threshold

--Session available capacity threshold

--Geographical preference

--Network preference

--Weighted least connections

--Weighted response time

--Weighted round-robin

--Weighted random

--Availability

--Quality of service

--Minmisses

--Hashing

--DNS local

--DNS always

--Remote

--Persistence RFP provides minimum specification and any value add feature are acceptable.

403 1

s) Global Load

Balancer

Specifications 158

Should support USB based FFO link to synchronize configuration at

boot time of HA

This clause is favoring to specific OEM. Hence would request you to remove this clause in

order to increase the competition.

SUGGESTED CLAUSE: Remove the clause Amended. Refer clause 6.5.19(s) Point 12 of volume I of amended RFP

Page 45: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

404 1 Item No. s 157 New Clause Request

Third party analysis agencies like Gartner ensures that the proposed Server Load

Balancer is tested & recognized worldwide in the respective domain area.

We recommended that SLB/GSLB vendor has TAC suport center based out of INDIA only.

This would ensure that SLB vendors which are serious about Indian subcontinet business

and support requirements, would only be qualified.

We also suggest to elaborate more on the proposed SLB/GSLB vendor qualification

criteria like number of successful Installations in India (Government projects) etc., Support

architecture, Industry Presense for more than 15 years which will reflect the OEM stability

& after-sales support mechanism in India.

SUGGESTED CLAUSE:

The proposed SLB/GSLB vendor should be present in Gartner's Leader quadrant.

SLB/GSLB vendor should have TAC in India & should have industry presense for more

than 15 years.

SLB and GSLB should be from same OEM. RFP provides minimum specification and any value add feature are acceptable.

405 1 162 Please specify the number of access ports and uplinking ports

We understand that 16 ports are access ports for user connectivity. The switch should

have 4 GE fiber based ports for uplink as well which is not mentioned clearly. Pls confirm

the same.

The SI may configure the ports on the basis of project requirements. The

compliance of SLA would be SI responsibility.

406 1 162

For 16 ports of 1GE ethernet to work at full duplex speed, the

backplane/switching capacity should be min 32Gbps

We request to increase the switching capacity to 32 Gbps to get the full duplex wirespeed

performance in the 16 port switch. Amended as 32 GB. Refer clause 6.5.20(vi) of volume I of amended RFP

407 1

vi. 16 Port

Manageable L2 Switch 162 2. Switch Fabric: 3.2Gbps Forwarding Capacity

Request you to modify this clause as "Min 32 Gbps Forwarding Capacity". Since the

connectivity speed is asked 1000 Mbps in RFP. As the requirement for 16 x

10/100/1000 connectivity. For this the min non-blocking performance required as

16x2x1 Gig= 32 Gbps Switching capacity) Amended as 32 GB. Refer clause 6.5.20(vi) of volume I of amended RFP

408 1

vi. 16 Port

Manageable L2 Switch 163 12. Operating : 15% to 90% RH (Non-Condensing)

.Request you to modify this clause as "Operating : 15% to 90% RH (Non-Condensing/

Operating relative humidity)". Terminilogy veries from OEM to OEM Amended. Refer clause 6.5.20(vi) of volume I of amended RFP

409 1

vi. 16 Port

Manageable L2 Switch 162-163 Additional

Request you to add this clause "IEEE 802.1D Spanning Tree Protocol (STP) and IEEE

802.1W Rapid Spanning Tree Protocol (RSTP),LLDP, SNMPv1, v2c, Port

mirroring," This is required as most common feature used for manage switch No change in RFP

410 1

vi. 16 Port

Manageable L2 Switch Additional

.Request you add this clause "Swich should have 2 SFP Slot". Supporting of help in

feature for fiber uplink termination if its is required to connect two switch over

fibre link, This is recommend to add this clause No change in RFP

411 1

Section xi

and

Section xii 164 & 165 0f

211

Need of isolation transformer

not indicated in specification for

1 and 2 kVA UPS

At many site the condition of input neutral is bad and possibility to carry float voltage in out

put. Such case could be dangerous for human as well the sensitive Data center

equipments. An Isolation transformer prevents such issue by isolating input supply and

out put supply of UPS , Also same transformer will support to minimize harmonic

distortion specification of less then 3 % , This requirement shall be included Amended. Refer clause 6.5.20(xi & xii) of volume I of amended RFP

412 1

Section xi

and

Section xii 164 & 165 0f

211

Specification of Charging current

should be higher ( 12 to 15 A)

The row power availability and quality is un-predictable at many sites and creates

inadequacy of charging time . Such condition calls for higher battery capacity or shorter

charging time . This can be solved proactively by selecting UPS with Higher charging

currant of 15 A with adjustment in UPS . We propose higher specification for charging

current as mentioned . RFP provides minimum specification and any value add feature are acceptable.

Page 46: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

413 1 Clause: 6.5.20 161

Minimum Technical Specifications Requirement at Client Site

v. Generator Set 2.1 KVA

As per RFP the type of Fuel for Generator rating of 2.1 KVA asked is Petrol / Diesel.

However in such small ratings we do not get any Generators and also these engines are

Petrol Start- Kerosene Run. Getting the Kerosene for Generator refilling is not possible.

We suggest to please change the specifications and increase the rating of Generator to

appropriately meet the specifications No change in RFP

414 1 . Clause: 6.5.20 161

Minimum Technical Specifications Requirement at Client Site

v. Generator Set 2.1 KVA

As per RFP specifications of Generator set the following is required as accessories:-

. Fuel tank suitable for 8 Hrs of continuous running with necessary piping and fuel gauge,

drain valve, inlet and outlet connections

. Anti-vibration mounting pads

Diesel line 12 mm dia including beads flanger etc

engine

1981 with latest amendments and CPCB guidelines.

All these specifications shall not comply to for a Generator rating of 2.1 KVA. We suggest

to please change the specifications or increase the rating of DG set to appropriately meet

the specifications No change in RFP

415 1 Clause: 6.5.20 164

Minimum Technical Specifications Requirement at Client Site

x. Environment Control (Air-Conditioner)

The compressor type asked as per RFP is "Rotary". In 1.5 TR range of Split AC's this may

not be available. Kindly change the same to "Hermetic Scroll" compressor No change in RFP

416 1 Clause: 6.5.20 161

Minimum Technical Specifications Requirement at Client Site

x. Environment Control (Air-Conditioner)

As per RFP the following specifications has been asked:-

- Energy Efficiency Ratio (EER): 7.1 or Above

- BEE Star Rating: 3 - star or above

Request you to please ask for either EER or BEE Star rating and not both as both may

contradict each other with respect to star rating No change in RFP

417 1 Clause: 6.5.20 164

Minimum Technical Specifications Requirement at Client Site

xi. UPS 2kVA

As per RFP the following specifications has been asked:-

- Total Harmonic Distortion should be less than 3%.

- Support input voltage range of 160 V to 270 V.

- Power factor 0.8

Request you to please change the above to the following so that all reputed OEM's can

qualify:

- Total Harmonic Distortion should be less than 3% for linear load and 5% for non Linear

load.

- Support input voltage range of 180 V to 280 V.

- Power factor 0.7 No change in RFP

Page 47: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

418 1 Clause: 6.5.20 165

Minimum Technical Specifications Requirement at Client Site

xii. UPS 1kVA

As per RFP the following specifications has been asked:-

- Support input voltage range of 160 V to 270 V.

- Power factor 0.8

Request you to please change the above to the following so that all reputed OEM's can

qualify:

- Support input voltage range of 180 V to 280 V.

- Power factor 0.7 No change in RFP

419 1 6.5.20 159

Minimum Technical Specifications Requirement at Client Site.

Desktop

Operating System: Pre loaded Latest Windows OS with media & recovery disks for each

PC RFP provides minimum specification and any value add feature are acceptable.

420 1 6.5.20 (I)- Desktops 158 3. Cache: 6 MB or more L3 Cache.

Cache 4MB or more. Cache is the part of CPU, and processor equivalence is being

proved basis accrediting agency document. No change in RFP

421 1 6.5.20 (I)- Desktops 158

1. Processor: Intel Core i5 (Latest Generation) or more or equivalent

processor with cooling solution (CPU fan and heat sink) with latest

chipset. Where the processor is other than Intel Core i5, name of the

processor be specified and documentary evidence from an acceptable

accrediting agency (sysmark2007/2012, SPEC CPU 2006 rating with

8GB RAM {60% of SPECint_rate_base2006 plus 40% of

SPECfp_rate_ase2006}) be produced to confirm that the proposed

processor is rated either equal or higher.

Inclusion of AMD APU A10 (Latest Generation). Also consider the 3rd party accrediting

agencies (Basemark_CL or PC Mark score etc) to confirm processor equivalence or

better.

OR

Processor: Latest generation x86 Quad Core Intel/AMD processor with minimum 3.2 GHz

clock speed, 4MB Cache or higher.

Amended. Refer clause 6.5.20(i) of volume I of amended RFP

422 1 6.5.20 (I)- Desktops 158

4. Mother Board: Latest Intel Mother board, Minimum 3 PCI /Express

slots with x16 graphics port/4 serial ATA 3 GB/s ports.

It favours to only one CPU manufacturer. So we request you to change to Latest Intel

/OEM compatible Motherboard, Minimum 3 PCI /Express slots with x16 graphics port/4

serial ATA 3 GB/s ports. Amended. Refer clause 6.5.20 (i) of volume I of amended RFP

423 1 6.5.20 (i) 158 Cache: 6 MB or more L3 Cache. Cache: 4 MB or higher. No change in RFP

424 1 6.5.20 (i) 158

Mother Board: Latest Intel Mother board, Minimum 3 PCI /Express

slots with x16 graphics port/4 serial ATA 3 GB/s ports

Mother Board: Latest Intel /OEM compatible Motherboard, Minimum 3 PCI /Express slots

with x16 graphics port/4 serial ATA 3 GB/s ports Amended. Refer clause 6.5.20 (i) of volume I of amended RFP

425 1 6.5.20 (iii) 160 Duty Cycle-12000 Duty Cycle-50000 RFP provides minimum specification and any value add feature are acceptable.

426 1 6.5.20 (iii) 160 Missing Pls Incorporate RAM 256MB & Processor 800Mhz No change in RFP

427 1 6.5.20 (iv) 161 Max Resolution ( B&W )- 2400 dpi x 600 dpi Max Resolution ( B&W )- 1200 dpi x 1200 dpi No change in RFP

428 1 6.5.20 (iv) 161 First Print Out Time B/W - 7 Sec First Print Out Time B/W - 8 Sec No change in RFP

429 1 6.5.20 (iv) 161 Missing Pls Incorporate RAM 128MB & Processor 800Mhz & Duty Cycle - 50000 No change in RFP

430 1 Section No 6.5.20.v 162

Under the heading Ignition Type the specification mentioned is

"Magnetron Electric "

Since this is the name of a manufacturer and not the type it is requested that the

specification be changed to "Transistor Controlled Ignition". Also please note this will be

relevant to a Petrol genset only. In case of Diesel the type of Ignition will be "Compression"

ignition. No change in RFP

431 1 Section No 6.5.20.v 162

Under the heading "General" it is specified that the engine should be

double bearing on PTO

Since the capacity of the genset is only 2.1 kVA such a small genset does NOT require

double bearings on PTO. Hence please modify this to single / double bearing. No change in RFP

432 1 Section No 6.5.20.v 162

Under the heading "General" it is specified that the engine should

have cast iron sleeve

Since the capacity of the genset is only 2.1 kVA such a small genset with OHV

construction comes in a Aluminum Die Cast engine block and DOES NOT need a cast

iron sleeve. Hence we request that you please drop this item from the specifications. No change in RFP

433 1 Section No 6.5.20.v 162

Under the heading "Accessories" it is specified that the engine should

have Heavy Duty Radiator With Fan

Since Air Cooled engines have also been mentioned as acceptable in the specifications

we request that a clarification be mentioned here (Only with Water Cooled engine) The specification is for Air cooled engine.

434 1 Section No 6.5.20.v 162

Under the heading "Accessories" it is specified that there should be a

Lube Oil Pressure Gauge 0 Auto Trip on Low Oil Pressure

In case of a Petrol genset (which has also been listed as acceptable) this fault is taken

care of by a Low Oil Level Alert hence it is requested that a clarification be inserted as

under - Lube Oil Pressure Gauge / Low Oil Pressure / Level Alert (This will ensure that

Petrol gensets do not suffer any shortcoming.

Amended. Refer clause 6.5.20(v) of volume I of amended RFP

Page 48: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

435 1 Section No 6.5.20.v 162

Under the heading "Accessories" it is specified that

there should be Diesel line 12 mm dia including bends flanges etc

In a Petrol Genset there can be no Diesel line please amend this to say - Diesel / Petrol

line of suitable size.

Amended. Refer clause 6.5.20(v) of volume I of amended RFP

436 1 Section No 6.5.20.v 162

Under the heading "Accessories" it is specified that

Engine shall be vertical Single/multi cylinder 4 stroke type in

accordance with 1510002-

1981 with latest amendments

IS 10002 is a standard applicable for Diesel Engines only and hence irrelevant in case

Petrol genset is supplied. Please clarify

applicable in case of Diesel Engine only.

Amended. Refer clause 6.5.20(v) of volume I of amended RFP

437 1 General Who will bear the cost of Fuel for Genset? The Rajasthan Police would bear the recurring expenses of fuel for Gen Set.

438 1

Proposed Bill of

Material (BoM) for DR 92 L2 Switch Please provide detailed l2 Switch specifications. Please refer clause 6.5.20 (vi) of volume I of amended RFP

439 1

Proposed Bill of

Material (BoM) for DR 92 L2 Switch The L2 switch given in the BOM will be the DMZ switch or a separate dmz switch ? DMZ switch.

440 1

6.5.20 Minimum

Technical

Specifications

Requirement at Client

Site, vi. 16 Port

Manageable L2

Switch, Section 3.5 162 Switch Fabric

3.2Gbps Forwarding Capacity-According to port requirement 16X 1000 Mbps= 16000 for

full duplex 16000X2= 3200 Mbps or 32 Gbps, The switching fabric should be atleast 32

Gbps. Amended to 32 GB. Refer clause 6.5.20(vi) of volume I of amended RFP

441 1

6.5.20 Minimum

Technical

Specifications

Requirement at Client

Site, vi. 16 Port

Manageable L2

Switch, Section 5.1 162 QoS

802.1p (4 Queues)-The number of queues should be atleast 8, This is the general

requirement of QOS in managed switches to streamline the data traffic. RFP provides minimum specification and any value add feature are acceptable.

442 1

6.5.20 Minimum

Technical

Specifications

Requirement at Client

Site, vi. 16 Port

Manageable L2

Switch, Section 6.4.1 163 Temperature

Operating: 32° to 104°F (0° to 40°C)-As the switches are going to be installed at Police

stations in remote locations in Rajasthan. The temperature at Rajasthan may raise more

than 45 degree in most of the places in summer. RFP provides minimum specification and any value add feature are acceptable.

443 1

6.5.20 Minimum

Technical

Specifications

Requirement at Client

Site, vi. 16 Port

Manageable L2

Switch, Annexure IV,

Section 6.53 163 Operating

15% to 90% RH (Non-Condensing)-The RH Range should be high, As it may face high

humidity conditions in Raini season and very Low in summer season. RFP provides minimum specification and any value add feature are acceptable.

444 1 6.5.20 (i) 158

Processor: Intel Core i5 (Latest Generation) or more or equivalent

processor with cooling solution (CPU fan and heat sink) with latest

chipset. Where the processor is other than Intel Core i5, name of the

processor be specified and documentary evidence from an acceptable

accrediting agency (sysmark2007/2012 or SPEC CPU 2006 rating

with 8GB RAM {60% of SPECint_rate_base2006 plus 40% of 

SPECfp_rate_ase2006} or Basemark_CL or PC Mark score etc) be

produced to confirm that the proposed processor is rated either equal

or higher

Processor: Intel Core i5 (Latest Generation) or more or equivalent processor with cooling

solution (CPU fan and heat sink) with latest chipset. Where the processor is other than

Intel Core i5, name of the processor be specified and documentary evidence from an

acceptable accrediting agency (sysmark2007/2012 or SPEC CPU 2006 rating with 8GB

RAM {60% of SPECint_rate_base2006 plus 40% of  SPECfp_rate_ase2006} or

Basemark_CL or PC Mark score etc) be produced to confirm that the proposed processor

is rated either equal or higher. Amended. Refer clause 6.5.20(i) of volume I of amended RFP

Page 49: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

445 1 169 Inspection at district level

We strongly suggest department to kindly follow the best practice implemented under

CCTNS by various state. We recommend department to kindly do the inspection at Single

Central Warehouse as this is the practice adopted by other states & it'll help reducing the

cost else if department go for district wise location then SI need to arrange warehouse at

every district which will have a huge impact on overall value of the project. No change in RFP

446 1 General

Warehouse will be provided by Rajasthan Police in different Districts/ locations etc.?

Please confirm Wherever possible only space would be provided.

447 1 78 Figure 7: Suggested End User Connectivity The page is blank and Suggested End User Connectivity. Please share the same. Refer clause 6.5.3 - figure 7 of volume I of amended RFP

448 1 Section 6.5.6 82 The DR replication would happen through MPLS cloud

As per RFP understanding, the amount of the data replicated between DC and DR is very

high in volume and the WAN bandwidth proposed between DC and DR is 4 Mbps as

mentioned in the diagram. The business continuity is all depend on the timely movement

of applications and data between DC and DR. The low throughput and long data transfer

completion times can make DC-DR WAN replication difficult . "It is suggested to deploy

hardware based WAN optimization devices in DC and DR for faster replication od the

data and the throughput of the WAN optimization device should be 100 Mbps for future

scalability as well. No change in RFP

449 1 83

It would be required to deploy a separate server as Staging server

where all the new services are deployed on this staging server before

it is brought on to the production servers. Please advise the staging servers would be hosted in SDC only. Yes

450 1 6.51.5 91

Server Racks/ Blade chassis would be provided by SI for DR based

on the proposed BOM in next section Racks, Chassis not mentioned in the BOM, Is this is also in scope of SI for financial? Yes

451 1 Clause 6.6.1 176

Following are the Master Data requirements that need to be captured/

ported into the CCTNS system for it to kick start.

We request department to clarify;

1. The Master data required to be digitized , is it available in CIPA(soft copy) or it is

available in Hard Copies

2. What is the scope of Master Data to be digitized

The master data of CAS is being populated by SDA of NCRB. The utility for

Digitization and Migration of CIPA and non CIPA data is being provided by

NCRB. The SI is not required to create any master data for digitization.

452 1 Annexure - V 176 Data Capture and Application Integration

We request department to clarify;

1. Data Digitization premises will be given by Rajasthan Police.?

2. Digitization take place at one place in District.?

3. Infrastructure for Conducting Data Digitization will be provided by Rajasthan Police.?

1. Yes

2. Entry at District or Circle level depending on the availability of power and

space at Circle level.

3. The digitization infrastructure like computer, printer, scanner, manpower, etc

would be provided by Bidder.

453 1

Annexure V, Section

6.6.1 (a -if) 178 Integration other external databases

We understand external databases belong to other stakeholders. It is requested to confirm

that facilitation during integration will be done by Rajasthan Police The facilitation would be provided by Rajasthan Police.

454 1

Annexure V, Section

6.6.1 (b - i) 180

Data Digitization - Case File

It is mentioned that case file to be digitized.

Request confirm that meta data will be mutually decided by the Rajasthan Police and

bidder for digitization of case file at the time of implementation. Yes

455 1 183 Data Migration

Not mention whether client required Existing Mail Server data to be migrated on new

system. No migration of email data is required.

456 1

f) Deliver Training to

End Users 187

SI is required to install the CCTV cameras across all the training

locations and ensure that its feed is made available over the network.

The network connectivity for this purpose shall be provided by the

Rajasthan Police. SI is required to get approval of specifications of the

CCTV cameras prior to installation. For the purpose of payment

related to training, SI is required to submit the recording of the training

along with the invoice to the Rajasthan police.

We request department to clarify;

1. Please provide the specification of the CCTV Camera that is required to be installed at

the training center.

2. After Training is completed , CCTV Camera will be property of Rajasthan Police.?

3. Can servers in training Centres be used to store video files of CCTV.?

The specification would be finalized during implementation period based on the

suggestion by Bidder. The CCTV camera would continue to be the property of

SI. Yes, the server in SDC could be used for storing training videos.

457 1

i) Training

Effectiveness

Evaluation 189

Online Examination shall be administered by SI under the supervision

of competent Police officials (District e-Mission Team). Can LMS of Rajasthan Police will be used for this purpose. Yes.

458 1

i) Training

Effectiveness

Evaluation 189

Based on the above three steps the final passing certificate shall be

issued by the competent authority stating that the concerned trainee is

ready for using CAS Please clarify whether the certificate will be given by Rajasthan Police or SI. By competent authority of Rajasthan Police.

Page 50: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

459 1

i) Training

Effectiveness

Evaluation 189

Minimum of 90% of trainees from each batch need to pass without

which SI shall be required to retake the training of failed candidates of

those batches.

We request department to clarify;

1. For the batch whose re-training is required , will that re-training will be of same scope

as of main training , or a capsule training can be planned

2. Once Re-training is given , will the batch again go under online exam ? If yes and if it

fails again then ?

3. Once re-training of batch is done and batch passes 100% payment will be released?

The scope of re-training would be same and assessment methodology would

also be same. Yes the payment for that batch would be released.

460 1

6.7.2 Overview of

Capacity Building

Scope, Section f) 187

SI is required to install the CCTV cameras across all the training

locations and ensure that its feed is made available over the network.

The network connectivity for this purpose shall be provided by the

Rajasthan Police. SI is required to get approval of specifications of the

CCTV cameras prior to installation. For the purpose of payment

related to training, SI is required to submit the recording of the training

along with the invoice to the Rajasthan police.

1.Please share the quantities of CCTV camera required per training location.

2. Kindly share the minimum technical specications for CCTV camera.

3. There will be recording server/ high end desktop and recording software required for

recording the feed. Please advise who shall provide the server and software. Kindly share

the minimum technical specications and quantities?

4. What is the duration of time the recording is to be saved?

5. Is department looking for live feed or recorded version.

5.The recording shall be submitted to Rajasthan Police in what media USB/DVD/Hard

disk? Please advise who shall provide the media. Will it be department asset?

The specification would be finalized during implementation period based on the

consultation with Bidder. The CCTV camera would continue to be the property

of SI.

461 1

6.7.2 Overview of

Capacity Building

Scope, Section i) 190

SI will be required to make all arrangements, including the software

for conducting online test, trainees’ attendance while premises and

infrastructure would be provided by Rajasthan Police.

We understand Rajasthan police has LMS solution and SI need to provide the online test

material, Rajasthan police shall provide the software for online assesement and

infrastructure for learning management system and training server. Please confirm our

understanding. Refer clause 6.7.2 (g) of volume I of amended RFP for details.

462 1 6.7.2 F 187

SI shall deliver training to the end users utilizing the infrastructure at

the District Training Centers. Role-based training for the senior

officers will be carried out at suitable location in the State by the

System Integrator.

Kindly clarify on "Suitable location in the state".

Do the Training centers have the required number of Desktops, connectivity, projectors,

white board, seating capacity, etc. for delivering the training?

The suitable location would be informed at later stage. The district training

centre are well equipped for delivery of trainings.

463 1 6.7.2d 186 Develop Overall Training Plan

Please provide the list of available training centre with available capacity across State.

Who will provide the training infrastructure? Refer clause 6.7.3 (c) Table 14 of volume I of amended RFP

464 1 6.7.2.g 188

Rajasthan Police has developed an online Learning Management

System for providing access

to all training content online….. The SI may take-over and improves

upon the existing application to suit the above requirements.

The pricing sheet does not include a separate component for LMS customization. Bidder

assumes that this cost will have to be integrated with the rest of the "CAS Customization

Costs". Please confirm. Yes.

465 1 6.7.2 I 189

To measure the effectiveness of all the end user trainings conducted

by SI as part of this project, SI shall be responsible for preparing the

set of questions, i.e. a question bank from which random questions

would be selected and uploaded for online test of the trainees,

Rajasthan Police or its nominated agencies/ representatives would

validate and approve the question bank. SI will be required to make all

arrangements, including the software for conducting online test,

trainees’ attendance while premises and infrastructure would be

provided by Rajasthan Police.

Kindly clarify on "SI will be required to make all arrangements, including the software for

conducting online test, trainees’". Will SI be given permission/access to incorporate the

related changes in existing LMS of Rajasthan Police, or should the SI propose a new

system for features such as "assessment" of trainees. If yes, will it be licensed one or open

source.

The LMS would be provided by Rajasthan Police. The customization of LMS to

meet future needs would be in SI scope.

466 1 196 Infrastructure provided to Police Training Institutions (CCTNS Project):

Please advise if the infrastructure is already provided to training centres or SI need to

procure the same.

Infrastructure for Training centre is not under the scope of SI. Rajasthan Police

would provide the same.

467 1 196

Infrastructure provided to Police Training Institutions (CCTNS Project):

- Internet Connectivity

Please confirm if SI need to provide the internet connectivity? If yes, please share the type

of internet connectivity and bandwidth requirement Connectivity at Training institution is not under scope of SI.

468 1 196

Details of infrastructure provided to Police Training Institutions (to be

considered for AMC)

Please share the warranty details of the existing hardware for training centres. Kindly

share the AMC, warranty details, date of installation, warranty and date of expiry of

warranty. Amended. Refer clause 6.7.3-(d) (ii) of volume I of amnended RFP

469 1 Page 196 196

ii. Details of infrastructure provided to Police Training Institutions (to

be considered for AMC)

For 3 KVA and 5 KVA UPS only Make is mentioned kindly share the following details:-

- Make, Model and Year of Manufacturing for both 3 KVA and 5 KVA UPS

- Make, Model and Year of Manufacturing of batteries for both 3 KVA and 5 KVA UPS

- Current AMC details for both UPS and Batteries Amended. Refer clause 6.7.3-(d) (ii) of volume I of amnended RFP

Page 51: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

470 1 6.7.4 F 199 Hindi Keyboard Usage and Typing training Is this training to be given to all the users/staff? Please clarify.

Sensitizing the trainee on usage of inscript based keyboard used for Hindi

typing would be in SI scope.

471 1 6.7.4 F 199 Is the typing training to be given on a typewriter or a Computer keyboard It should be on computer keyboard.

472 1 6.7.5 201 Serial No. 4 - Role based training and Basic ICT - 4+1 Days 4+1 implies 4 Days Role based training and 1 day Basic ICT training. Please confirm Yes

473 1 6.7.5 F 187 Indicative Training Plan for the Members of Police Department

Kindly provide Timelines for each Training Programme (RFP. Vol. III, provides very basic

info on it) No Change is suggested.

474 1 6.7.5 F 187 Indicative Training Plan for the Members of Police Department

Can it be assumed that all the staff who would undergo the trainings are aware of

computer usage & its basics?

Training on Basic ICT is not the scope of SI. The user would be trained for basic

computer operation.

475 1 6.8 (f) (iv) 211

The SI would develop and deploy additional functionality that is

scoped under CCTNS

Request customer that development and deployment of additional functionalities shall be

done through the change order process and and necessary adjustments shall be made in

the contract price and delivery schedule.

This would be done through Agile development methodology as proposed in the

RFP.

476 1 162 16 Port Manageable L2 Switch

Please specify the number of access ports and uplinking portsWe understand that 16

ports are access ports for user connectivity. The switch should have 4 GE fiber based

ports for uplink as well which is not mentioned clearly. Pls confirm the same.

The SI may configure the ports on the basis of project requirements. The

compliance of SLA would be SI responsibility.

477 1 162 3.2Gbps Forwarding Capacity-

For 16 ports of 1GE ethernet to work at full duplex speed, the backplane/switching

capacity should be min 32Gbps. We request to increase the switching capacity to 32

Gbps to get the full duplex wirespeed performance in the 16 port switch. Amended to 32 GB. Refer clause 6.5.20 (vi) of volume II of amended RFP

478 1 Chassis based switch with in-built redundancy (power supply)

Chassis/logical chassis based switch with in-built redundancy (power supply).We request

that core switch shall meet the performance and port requirement and can be physical

chasis/logical chassis based. Moreover, physical chassis based architectures are old

technology, consumes more space and power while logical chassis are latest technology

which lots of CAPEX/OPEX savings and value adds. RFP provides minimum specification and any value add feature are acceptable.

479 1

Should be easily scalable. Should have modular architecture with Min

10 slots

which can be used for line cards.

Should be easily scalable. Should have modular architecture with Min 10 slots/ switches

which can be used for line cards.We request that core switch shall meet the performance

and port requirement and can be physical chasis/logical chassis based. Moreover,

physical chassis based architectures are old technology, consumes more space and

power while logical chassis are latest technology which lots of CAPEX/OPEX savings and

value adds. RFP provides minimum specification and any value add feature are acceptable.

480 2 Section 1 Date of submission of bid document - 21 February 2014

Taking into account the scope of work as iterated in the tender document. It will be difficult

for bidder to prepare an exhaustive solution document in 14 days after prebid meeting by

considering the tender document and corrigendum document. Hence Rajasthan Police is

requested to extend the last date of submission by 15 days and make it 7h March2014. Last date extended to 11 March 2014

481 2 2.17 24 Sub-Contracting

Requesting you to drop the "conditions" of sub-contracting as SI will be overall

responsible of executing the work and ensuring completeness as per RFP scope No change in RFP

482 2 Clause 2.19 27 Technical Evaluation Scoring Matrix

Distribution of marks w.r.t projects done is not even. We request depatment to kindly

allocate the marks properly to avoid any ambiguity. No change in RFP

483 2 Clause 2.19 27 Financial Strength

We request department to kindly include the annual turnover for last 3 FY's for scoring &

evaluation. No change in RFP

484 2 30

Only those Projects will be considered which have been allotted and

completed between 1st April 2008 and 31st March 2013

Request to modify as : "Only those Projects will be considered which have been

completed between 1st April 2008 and 31st March 2013 Amended. Refer clause 2.19 of volume II of amended RFP

485 2 2.23 37

Advance Bank Guarantee: The applicable interest rate of 18%, if the

advance amount is not utilized during initial 6 months, shall be

charged and adjusted against the due payment of the bidder.

Request Customer to delete this provision for interest as the bidder is depositing the Bank

Guarantee for an equal amount carrying no interest to bidder. No change in RFP

Page 52: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

486 2

Clause 2.25 /

Comparision of rates

of firms outside and

those in Rajasthan

While tabulating the commercial Bids of those firms which are not

entitled to price preference, the element of Rajasthan Value Added

Tax (RVAT) shall be excluded from the rates quoted by the firms of

Rajasthan and the element of Central Sales Tax (CST) shall be

included in the rates of firms from outside Rajasthan for commercial

bid evaluation purpose. We request department to kindly give more clarity on this point. We believe that all parties

will get a level playing field during financial evaluation. No change in RFP

487 2 Clause 2.34 38 Performance Security Deposit

1) It is given that "the amount of performance security shall be 10% of the amount of supply

order / work order".

It is suggested that PBG as a % on entire value for implementation phase should be accepted

initially and a % of O&M value for the remaining duration should be acceptable later on post Go-

Live. PBG for O&M period shall have a validity of one-year duration with annual extensions for

reduced values during support phase.

2)Format of PBG is given in P-118 of the RFP.

It is suggested to add the below clause at the end of PBG as per Corporate mandate.

"This Bank Guarantee issued by ____________________Bank, on behalf of Tata Consultancy

Services Limited / Vendor /Bidder /Service Provider / System Integrator in favor of

_____________________________/Customer/Client is in respect of a new Contract / extension

of Contract dated________________.

As communicated by Tata Consultancy Services Limited / Vendor /Bidder /Service Provider /

System Integrator, on the date of execution of this Bank Guarantee an amount of Rupees

______________ (Rupees ______________________________ only) is outstanding and

payable to Tata Consultancy Services Limited / Vendor /Bidder /Service Provider / System

Integrator by _____________________________/Customer/Client , in respect of pervious

contracts between Tata Consultancy Services Limited / Vendor /Bidder /Service Provider /

System Integrator and _____________________________/Customer/Client

As communicated by Tata Consultancy Services Limited / Vendor /Bidder /Service Provider /

System Integrator on the date of execution of this Bank Guarantee , there are no outstanding

disputes related to any pervious contracts / between Tata Consultancy Services Limited /

Vendor /Bidder /Service Provider / System Integrator and

_____________________________/Customer/Client." No change in RFP

488 2

2.34 Performance

Security Deposit

(PSD) 38

e) Forfeiture of Performance Security Deposit: Security amount in full

or part may be forfeited, including interest, if any, in the following

cases:-

i. when any terms and condition of the contract is breached.

ii. when the bidder fails to make complete supply satisfactorily.

iii. if the bidder breaches any provision of code of integrity, prescribed

for bidders, specified in the bidding document.

We request honorable committee to consider the below change in language. Vendor

should be given with a cure period of minimum 60 days before any such action. Many a

times it goes beyond the control of the vendor (all the products are supplied directly to

vendor without opening the box (as per the OEM policies) hence cure period of 60 days

should be given to the vendor.

e) Forfeiture of Performance Security Deposit: Security amount in full or part may be

forfeited, including interest, if any, in the following cases:-

i. when any material terms and condition of the contract is breached.

ii. when the bidder fails to make complete supply satisfactorily.

iii. if the bidder breaches any provision of code of integrity, prescribed for bidders,

specified in the bidding document. No change in RFP

489 2 2.36 Confidentiality 39

We request you to kindly add this clause in RFP Addition:

The cofidentiality provisions will be applicable for a period of one year from the closing of

the bid, or the date of signing of the contract. No change in RFP

490 2 2.39 41

Interferenec with Bidding Process: A bidder, who

withdraws from the procurement process after opening of commercial

bids etc. shall, in addition to the recourse available in the bidding

document or the contract, be punished with fine which may extend to

fifty lakh rupees or ten per cent of the assessed value of procurement,

whichever is less.

Request customer to delete the provision as in case of eventualities provided in the

clause, the customer shall have the right to forfeit the EMD which should be the sole and

conclusive remedy. No change in RFP

Page 53: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

491 2 2.44 44

Debarment from bidding

Clause number # (d) d) Where the entire bid security or the entire

performance security or any substitute thereof, as the case may be, of

a bidder has been forfeited by the Rajasthan Police in respect of any

procurement process or procurement contract, the bidder may be

debarred from participating in any procurement process undertaken

by the Rajasthan Police for a period not exceeding three years.

This is a very critical clause. Debarment should be only on corrupt and fraudulant

practices and it should NOT be on performance. This clause is not acceptaptable, hence

we request honorable committee members to delete this line and to make it "Debarment

only on corrupt and Fraudulant practices" No change in RFP

492 2 2.46 45 Risk and Purchase Request customer to cap the risk purchase upto 10% of contract value. No change in RFP

493 2

2.46 Risk and

Purchase 45

Rajasthan Police will be entitled to purchase elsewhere at the cost and

risk of the vendor, either the whole or part of the O&M services which

the vendor has failed to deliver within the stipulated time and/or to the

satisfaction of Rajasthan Police. The selected bidder shall be liable for

any loss that Rajasthan Police may sustain by reason of such risk

purchases. Rajasthan Police reserves the right to cancel the contract ,

if performance

with respect to quality and delivery is unsatisfactory; and Rajasthan

Police shall have the right to enter into contract with other vendors

against such cancellation of contract against risk purchase clause. The

conditions of the contract provide for effecting purchase at the risk and

cost of the contractor in the event of their failure in making supply of

the stores within the stipulated delivery period/extended delivery

period.

Request honorable committee members to consider below changes in language for

mutual protection. "Rajasthan Police will be entitled to purchase elsewhere at the cost and

risk of the vendor, either the whole or part of the O&M services which the vendor has

failed to deliver within the stipulated time and/or to the satisfaction of Rajasthan Police

subject to the vender being liable to pay not more than 10% of the value of the undleivered

services. The selected bidder shall be liable for any loss that Rajasthan Police may

sustain by reason of such risk purchases. Rajasthan Police reserves the right to cancel

the contract , if performance with respect to quality and delivery is unsatisfactory; and

Rajasthan Police shall have the right to enter into contract with other vendors against such

cancellation of contract against risk purchase clause. The conditions of the contract

provide for effecting purchase at the risk and cost of the contractor in the event of their

failure in making supply of the stores within the stipulated delivery period/extended

delivery period." No change in RFP

494 2 2.9 Bid Security 17

The bid security of unsuccessful bidders shall be refunded soon after

final acceptance of successful bid and signing of Agreement and

submitting performance security

We request for change in language as below. "The bid security of unsuccessful bidders

shall be refunded soon after final acceptance of successful bid and of the L2 bidder on

signing of Agreement with the L1 bidder." Bid security of other bidders should be

immediately released. No change in RFP

495 2 48 Site Preparation - T+16 weeks The timeline is for all locations? Please confirm Yes

496 2 48 Site Preparation - T+16 weeks

Site Preparation Completion Report is to be completed in 16 weeks. We suggest the time

for Site Preparation very stringent and should be re-defined as 24-30 weeks No change in RFP

497 2 Clause 3.1 47 Implementation and Roll Out Plan

As per the plan, Go-Live of DC, DR and Client Side Locations hardware will happen at

T+32 weeks. On the other hand, Project Go-Live will happen at T+104 weeks and Post

that O&M will start. Since SI will only be aple to provide O&M services post go-live there

will be a gap of 72 weeks for DC, DR & Client side locations Maintenance & Warranty for

which SI will not be responsible to provide any services. We request department to kindly

modified this as per the MHA advisory wherein O&M of hardware starts at the time of

installation.

Please refer Annexure II clause 6.2 of volume I and Clause 3.1 of volume II of

amended RFP

498 2 3.1 48

Copy of PO for hardware/ software at DC, DR, 38 locations (Pilot) &

Client locations

"Copy of PO for hardware/ software at DC, DR, 38 locations (Pilot) & Client locations"

Hardware/ software at DC and 38 locations (Pilot) was delivered by old SI, how the new SI

will provide PO Copies? please clarify.

Copy of PO for gap hardware to be delivered at DC/ 38 pilot location is under SI

scope. This statement refers to the same.

499 2 3.2 50-54 Payment Schedule and Milestones

Request customer a) that the payment shall be released by the Purchaser within 30 days

of raising invoice by the Seller.

b) Payment of interest in case of delay in payment by the purchaser.

c) That the SI also reserves the right to withhold the provision of the Services and/or any

Additional Services till such time all the payments due to it under the contract have been

made by the purchaser and any such withholding by SI shall not be treated as breach by it

of the provisions of this Agreement.

d) Invoices shall be deemed to have been accepted if Customer does not furnish a written

objection specifying the nature of the dispute within ten (10) days from the date of invoice.

No change in RFP

Page 54: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

500 2 Self declaration letter 57

c) is having unblemished record and is not declared ineligible for

corrupt & fraudulent practices either indefinitely or for a particular

period of time by any State/ Central government/ PSU/ UT.

Request for acceptance of below suggested change in language. c) is having

unblemished record and is not declared ineligible for corrupt & fraudulent practices either

indefinitely or for a particular period of time by any State/ Central government/ PSU/ UT. No change in RFP

501 2

4.3 FORMATS FOR

THE COMMERCIAL

BID RESPONSE 95

I/We agree to all the terms & conditions as mentioned in the bidding

document and submit that I/We have not submitted any deviations in

this regard.

Request for change in language as I/We agree to all the terms & conditions as mentioned

in the bidding document and submit that I/We have not submitted except for any

deviations suggested in this regard. No change in RFP

502 2

4.5 of Vol-II/P106-

107/1.14 (f) of Vol-

III/p12

4.5 of Vol-

II/P106-

107/1.14 (f)

of Vol-III/p12

Non-disclosure Agreement/Confidential Information: This Agreement

shall be effective from the date the last signature is affixed to this

Agreement and shall continue in perpetuity/The provisions of this

clause shall survive completion or termination, for whatever reason, of

the Contract

Request Customer that the Non-disclosure agreement shall be co-terminus with the

Master Service Agreement and the obligations to maintain the confidentiality shall survive

for a period of 3 years after the termination of this agreement. No change in RFP

503 2

4.5 NON –

DISCLOSURE

AGREEMENT (NDA)

7. This Agreement shall be effective from the date the last signature is

affixed to this

Agreement and shall continue in perpetuity.

Request for change in language as 7. This Agreement shall be effective from the date the

last signature is affixed to this Agreement and shall continue in perpetuity.for a period not

exceeding 3 years from signing of this agreement. No change in RFP

504 2

Section-2.16 (d, e & f)-

Pre-Qualification

criteria

Bidder must provide supporting

documentary proof in form of work

orders confirming year and area of

activity, value of services delivered

for that project, Completion / Partial

Completion Certificate from Client

confirming year and value of

Bidder’s scope of work completed by

the Bidder and its value along with Reference details of the Client.

Request to modify the clause as : 'Bidder must provide supporting

documentary proof in form of work

orders confirming year and area of

activity, value of services delivered

for that project, Completion / Partial

Completion Certificate from Client

along with Reference details of the Client' No change in RFP

505 2

Section-2.16 (h)- Pre-

Qualification criteria

The Bidder must have been assessed

and must possess a valid certification

for CMMi (Capability Maturity

Model Integration) Level 5 as on

the date of submission of bid

Please let us know whether we can submit the 'CMMi Appraisal Commencement letter'

incase the CMMi Certificate has expired and re-certification is in progress. Amended. Refer clause 2.16(h) of volume 2 of amended RFP

506 2

Section-2.19 (1 F)

Mission Mode Projects

(MMP) in India Max Score- 5 Please change the Max score for this criteria to 2 No change in RFP

507 2

Section-2.19 (1 G)

Capacity Building and

Change Management Max Score- 5 Please change the Max score for this criteria to 2 No change in RFP

508 2 2.44 (d) 44-45

Debarment from Bidding: Where the entire bid security or the entire

performance security or any substitute thereof, as the case may be, of

a bidder has been forfeited by the Rajasthan Police in respect of any

procurement process or procurement contract, the bidder may be

debarred from participating in any procurement process undertaken

by the Rajasthan Police for a period not exceeding three years Request customer to delete this clause of debarment. No change in RFP

509 2 2.9 (i) (iii) 21

Bid Security: The Bid security taken from a bidder may be

forfeitedwhen the bidder fails to commence the supply of the goods or

service or

execute work as per supply/ work order within the time specified

Request customer to delete: or execute work as per supply/ work order within the time

specified as EMD shall be retuned by Rajasthan Police after submission of Performance

Bank Guarantee by the successful bidder. No change in RFP

Page 55: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

510 2

Clause 3.21 / Payment

Schedule

All payments to be made on pro-rata basis and on Go-Live basis (as

mentioned above in the table), shall be made quarterly. A "Quarter" is

defined as a financial year quarter i.e. April-June, July-September and

so on.

We believe that client shall release payment of all undisputed invoices submitted by NIIT

be made within thirty (30) days of receipt of invoice thereof, by wire transfer to the bank

account indicated on the invoice. In the event the Client does not raise any dispute against

the invoice within a period of 15 Business Days, the invoice will be deemed to be

approved by the Client. No change in RFP

511 2

Clause 3.2.1, P-50,

Vol. - II

&

Clause 1.26, P-16,

Vol. - III

Payment Schedule

&

Payments

Upon reading both the clauses, credit period is not traceable i.e. within howmany days

payments will be made after submission of invoice.

It is suggested to mention that payment of invoices should be made within 30 days of

submission of invoice and payment beyond 30 days will attract interest @1% per month. No change in RFP

512 2 Additional Clause Terms of Payment

Request Purchaser to insert a provision in order to clarify that all payments shall be made

within thirty (30) days of receipt of invoice from selected bidder. Interest at the rate of 1.5%

per month shall be levied on the outstanding amount. Further, Bidder reserves the right to

withhold services upon non-payment of the invoices. not accepted

513 2

2.16 (J)of Vol-

II/P23/2.28 (vi)of Vol-

II/p35/Clause 2.38 (b)

(ii) of Vol-II/P41/4.1 (a)

(iii) (h) of Vol-II, P58

2.16 (J)of

Vol-

II/P23/2.28

(vi)of Vol-

II/p35/Claus

e 2.38 (b)

(ii) of Vol-

II/P41/4.1 (a)

(iii) (h) of

Vol-II, P59

Bidder should not have a conflict of interest in the

procurement in question as specified in the bidding

document/Rajasthan Police shall exclude and disqualify a Bid, if a

bidder, in the opinion of the Rajasthan Police, has a conflict of interest

materially affecting fair competition/The code of integrity include

provisions for disclosure of conflict of interest/I hereby declare that

presently our

Company___, at the time of bidding does not have a conflict of interest

as mentioned in the bidding document which materially affects the fair

competition

Request customer to clarify: What consititues "conflict of interest" as nothing is specified

in the bidding document. As per Rule 81 of RTPP Rules, 2013 under RTPP Act, 2012.

514 2 4.2.10 73

Undertaking on Deliverables: I/We understand that while all efforts

shall be made to accept and convey the acceptance of each

deliverable in accordance with the project schedule, no deliverable

will be considered accepted until a specific written communication to

that effect is made by Rajasthan Police.

Request customer that delieverables shall be deemed as accepted if no specific written

communication to that effect is made by Rajasthan Police within 10 days of submitting the

deliverable by the System Integrator. No change in RFP

515 2 4.2.14 77

Undertaking on Continuous Improvement: I/We further understand that

whether a proposed change forms part of Continuous Improvement or

is a minor change that will have to be incorporated into the

application as part of the Application Management Services will be

determined by the State Mission Team.

Request customer to modify: whether a proposed change forms part of Continuous

Improvement or is a minor change that will have to be incorporated into the application as

part of the Application Management Services will be decided mutually between State

Mission Team and the System Integrator. No change in RFP

516 2

4.2.17 Undertaking on

request for Changes

to the Contract

Clauses by

the bidder 81

Sir,

1. I/We as bidder do hereby acknowledge that I/We understand that

the request for changes to contract clauses and any other terms and

conditions in the RFP, submitted in our proposal as per the RFP are

just suggestions for change.

2. I/We understand that it is neither guaranteed that these requests for

changes will be accepted in the final contract nor this process will be

construed as any commitment from Rajasthan Police, to consider

those suggestions.

We request for change in this language. This is very critical and this will mean that any

suggestions / interpretations will deemly get rejected. Suggestions / Recommendations /

Intepreations which are not acceptable to department or SCRB should be clarified by

seeking the clarification. It should not be outrightly rejected. This undertaking with clause 1

& 2 cannot be submitted. No change in RFP

517 2

4.2.19 Certificate of

Conformity/No

Deviation 83

Also, I have thoroughly read the bidding document and by signing this

certificate, I hereby submit our token of unconditional acceptance to all

the terms & conditions of the bidding document without any deviations.

Request for change in language as "Also, I have thoroughly read the bidding document

and by signing this certificate, I hereby submit our token of unconditional acceptance to all

the terms & conditions of the bidding document except for the without any deviations

suggested therein." No change in RFP

Page 56: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

518 2 4.2.2 65

Undertaking on Confict of Interest: I/We undertake and agree to

indemnify and hold Rajasthan Police, harmless against all claims,

losses, damages, costs, expenses, proceeding fees of legal advisors

(on a

reimbursement basis) and fees of other professionals incurred (in the

case of legal fees &

fees of professionals, reasonably) by Rajasthan Police, and/or its

representatives, if any

such conflict arises later Request customet to delete the indemnity provision in this undertaking. No change in RFP

519 2

4.2.3 Non-Malicious

Code Certificate

2. There are / will be no Trojans, Viruses, Worms, Spywares or any

malicious software on the system and in the software offered or

software that will be developed.

Request for below suggested change. Once delivered it is not in vendors control 2. There

are / will be no Trojans, Viruses, Worms, Spywares or any malicious software on the

system and in the software offered or software that will be developed at the time of

delivery. No change in RFP

520 2 4.2.5 68

Undertaking on Offline Functionality: I/We acknowledge that the offline

functionality requirement stated in Volume – I of the RFP is indicative

and that the complete range of required offline functionality will be

identified and clarified during the systems study phase of the CCTNS

project.

I/We further confirm that I undertake to design and develop the offline

functionality identified during the systems study phase as required by

Rajasthan Police, to be part of CCTNS Project.

Request customer that designing and deployment of all offline functionalities that will be

identified and clarified during the systems study phase of the CCTNS projectshall be done

through the change order process and and necessary adjustments shall be made in the

contract price and delivery schedule. No change in RFP

521 2 4.3.1 95

Commercial Proposal Letter: The prices are inclusive of all type of

govt. taxes/duties

Request customer that in case of increase in taxes, duties or levies or in case of

introduction of any new tax, duty or levy by the government during the contract period, the

same shall be paid or reimbursed by the Purchaser.

No change in RFP. Please refer clause 1.11(a) of volume III of amended RFP.

All applicable taxes shall be deducted by Purchaser as per prevailing rates.

522 2

Clause 4.3.1, P-95,

Vol. - II Commercial Proposal Cover Letter

It is mentioned that "the prices are inclusive of all type of govt. taxes/duties as mentioned

in the financial bid (BoQ).

It is suggested that price shall be exclusive of all taxes. All Taxes will be applicable as

prevailing on the date of invoicing. The burden on a/c of any increase / decrease in tax

rate and new levy should be on client.

No change in RFP. Please refer clause 1.11(a) of volume III of amended RFP.

All applicable taxes shall be deducted by Purchaser as per prevailing rates.

523 2 99 CAS Customization Man Month Rate

Kindly clarify, Is the effort estimate fixed at 180MM. Will this work in Time & Material

mode. This is a bundled cost. Please refer clause 5.1 of volume I of amended RFP.

524 2

BOQ_22937 (BOQ2,

Row 46) CAS Customisation Cost

Cost for Documentation like study, design, testing etc. (SRS, BRS, Gap analysis etc.)

where to be quoted? Please clarify This cost shall be quoted under the bundled cost for CAS Customization.

525 2 4.3.2 102 Commercial Bid Format

Kindly include Unit Rate for Digitization; actual payment should be made against each IIF

completion. Bundle cost is not possible in absence of detailed break-up of IIFs and other

records No Change is suggested.

526 2 4.3.2.i.IV 99-100

Capacity Building Costs for state level/specialized trainings - No of

Components/Units of Service (X)

For all types of training this is specified as "1". This seems to imply that the total cost of

training rather than batch or participant cost is expected. Please confirm. Yes. Total Capacity Building effort need to be quoted.

527 3 Clause 1.11 Taxes and Duties

Except for service tax and VAT, all other taxes shall be borne by the Purchaser. In case of

any price reduction or increase in service components during the contract period then the

bidder will pass on all such changes in price to the Purchaser.

No change in RFP. Please refer clause 1.11(a) of volume III of amended RFP.

All applicable taxes shall be deducted by Purchaser as per prevailing rates.

528 3 1.11 Taxes & Duties 10

Addition:

Any change in tax should be on buyers account, since it is beyond the control of vendor. No change in RFP

529 3 Clause 1.12 10 Intellectual Property Rights

Bidder requests Purchaser to insert a provision on Intellectual Property Rights which

includes all third party software proprietary rights to remain with the third party. Purchaser

shall indemnify the bidder for any products provided by the Purchaser for the purposes of

the services under this Agreement. No change in RFP

Page 57: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

530 3

1.12 Intellectual

Property Rights 10

All IPR including the source code and materials (other than products

or fixes) developed or otherwise obtained independently of the efforts

of a party under this contract (“preexisting work”) shall remain the sole

property of that party. During the performance of the services for this

contract, each party grants to the other party (and their subcontractors

as necessary) a non-exclusive license to use, reproduce and modify

any of its pre-existing work provided to the other party solely for the

performance of such services. Except as may be otherwise explicitly

agreed to in a statement of services, upon payment

in full, the successful bidder should grant Purchaser a non-exclusive,

enterprise wide, fully paid-up enterprise edition license(s) to use,

reproduce and modify (if applicable) the pre-existing work in the form

delivered to Purchaser as part of the service deliverables only for its

internal business operations.

Request for change in language as : All IPR

including the source code and materials (other than products or fixes) developed or

otherwise obtained independently of the efforts of a party under this contract (“preexisting

work”) shall remain the sole property of that party. During the performance of the services

for this contract, each party grants to the other party (and their subcontractors as

necessary) a non-exclusive license to use, reproduce and modify any of its pre-existing

work provided to the other party solely for the performance of such services. Except as

may be otherwise explicitly agreed to in a statement of services, upon payment in full, the

successful bidder should grant Purchaser a non-exclusive, enterprise wide, fully paid-up

enterprise edition license(s) to use, reproduce and modify (if applicable) the pre-existing

work in the form delivered to Purchaser as part of the service deliverables only for its

internal business operations. No change in RFP

531 3 Clause 1.14 12 Confidential Information

Standard definition of confidential information (including oral information), exclusion with

respect to legal requirement of disclosing Confidential Information, return or destruction of

confidential information and obligation period of 2 years to maintain confidentiality by both

parties for a period of two years from the termination of the agreement to be inserted. No change in RFP

532 3

1.15 Specifications

and Standards 12

a) All articles supplied shall strictly conform to the specifications,

trademark laid down in the bidding document and wherever articles

have been required according to ISI/ ISO/ other applicable

specifications/ certifications/ standards, those articles should conform

strictly to those specifications/ certifications/ standards.

The supply shall be of best quality and description. The decision of the

competent authority/ purchaser whether the articles supplied conform

to the specifications shall be final and binding on the selected bidder.

Request for change in language as a) All

articles supplied shall strictly conform to the specifications, trademark laid down in the

bidding document and wherever articles have been required according to ISI/ ISO/ other

applicable specifications/ certifications/ standards, those articles should conform strictly to

those specifications/ certifications/ standards.

The supply shall be of best quality and description. The decision of the competent

authority/ purchaser whether the articles supplied conform to the specifications shall be

final and binding on the selected bidder. No change in RFP

533 3 Clause 1.17 13

Insurance- The Goods supplied under the Contract shall be fully

insured against loss by theft, destruction or damage incidental to

manufacture or

acquisition, transportation, storage, fire, flood, under exposure to

weather and delivery

at the designated project locations, in accordance with the applicable

terms.

Request yout o modify the clause as "The Goods supplied under the Contract shall be

fully

insured against loss by theft, destruction or damage incidental to manufacture or

acquisition, transportation, storage, fire, flood, under exposure to weather and delivery

at the designated project locations, till their delivery to

Customer site, in accordance with the applicable terms" No change in RFP

534 3 1.17 Insurance 13 Refer RFP

We request you to consider the fact that title and risk transfer happens on dispatch of

goods from the vendors factory / warehouse as the same has been billed in the name of

the customer.The bidder / vendor would be liable to take transit insurance till the

equipment gets delivered to customers premises. The vendor / bidder would also take

necessary insurance with department as beneficiary till the site gets implemented. No change in RFP

535 3 1.19 Inspection 14

a) The Purchaser or his duly authorized representative shall at all

reasonable time have access to the selected bidder’s premises and

shall have the power at all reasonable time to inspect and examine the

materials and workmanship of the goods/ equipment/ machineries

during manufacturing process or afterwards as may be decided.

Inspection shall be made as required by the Purchaser at the time of

delivery and installation of goods (at selected bidder’s cost).

Request for change in language as a) The Purchaser or his duly authorized representative

shall at all reasonable time have access to the selected bidder’s premises upon serving a

notice of 7 working days and shall have the power at all reasonable time to inspect and

examine the materials and workmanship of the goods/ equipment/ machineries during

manufacturing process or afterwards as may be decided. Inspection shall be made as

required by the Purchaser at the time of delivery and installation of goods (at selected

bidder’s cost). No change in RFP

Page 58: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

536 3 Clause 1.2 17 Settlement of Disputes Both parties shall upon mutual agreement appoint a sole arbitrator in case of any dispute. No change in RFP

537 3 Clause 1.23 15 Rejection

The Acceptance provision needs to be inserted with a provision for deemed acceptance of

deliverables.

Request to insert the following provision therein: A deliverable shall be treated as

accepted by Purchaser if Purchaser (a) fails to provide the list of non-conformities within

two (2) weeks of delivery, (b) fails to notify the acceptance of the deliverables in terms of

this clause within the period of two (2) weeks from delivery, or (c) starts using the

deliverable in a live production environment (other than as part of agreed review and

acceptance testing procedure, such as UAT). No change in RFP

538 3 Clause 1.24 16 Delivery period & Extent of Quantity – Repeat Orders

It is mentioned that "Repeat orders for extra items or additional quantities may be placed

on the rates and conditions given in the contract within one month of last delivery. Delivery

or completion period may also be proportionately increased. The limits of repeat order

shall be as under: - 50% of the value of goods or services of the original contract."

It is suggested to mention that prices are valid for specific period only (i.e. till bid validity

period) to the extent qunatity mentioned in original proposal/contract. For any variation in

quantity later on, TCS should have the right to negotiate the prices with the customer for

additional requirements. No change in RFP

539 3 Clause 1.24 16 Delivery Period & Extent of Quantity – Repeat Orders

The limits of repeat order shall be 25% of the value of goods or services of the original

contract. No change in RFP

540 3

Clause 1.26 / Payment

Terms

In case of disputed items, 10% to 25% of the amount shall be withheld

and will be paid on settlement of the dispute.

We suggest that only disputed amount should be withheld. Undisputed amount shall be

payable as per the payment terms. No change in RFP

541 3 Clause 1.27 16 Liquidated Damages

The penalty imposed on the Bidder shall be for reasons solely and entirely attributable to

the Bidder. Further, Purchaser shall impose a penalty @ 0.5% per week for the affected

goods or services under a Purchase Order to a maximum of 5% of the affected goods or

services under a Purchase Order. No change in RFP

542 3 Request for addition Savings Clause

Vendors’s failure to perform its contractual responsibilities, to perform the services, or to

meet agreed service levels shall be excused if and to the extent vendor’s non-

performance is caused by Company’s omission to act, delay, wrongful action, failure to

provide Inputs, or failure to perform its obligations under this Agreement. No change in RFP

543 3 Request for addition Site not ready

Customer hereby agrees to make the site ready as per the agreed specifications, within

the agreed timelines. Customer agrees that Wipro shall not be in any manner be liable

for any delay arising out of Customer's failure to make the site ready within the stipulated

period, including but not limited to levy of liquidated damages for any delay in

performance of Services under the terms of this Agreement. No change in RFP

544 3 1.29 17

Settlement of Diputes: If any dispute arise out of the contract with

regard to the interpretation, meaning and breach of the terms of the

contract, the matter shall be referred to by the Parties to the DG,

Rajasthan Police who will appoint his next level deputy as the Sole

Arbitrator of the dispute.

Request customer that the sole arbitrator shall be appointed with nutual consent of the

parties. No change in RFP

Page 59: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

545 3

Clause 1.29 /

Settlement of Disputes

If any dispute arise out of the contract with regard to the interpretation,

meaning and breach of the terms of the contract, the matter shall be

referred to by the Parties to the DG, Rajasthan Police who will appoint

his next level deputy as the Sole Arbitrator of the dispute who will not

be related to this contract and whose decision shall be final. The

disputes settlement procedure shall be as per Arbitration and

Conciliation Act, 1996 of Government of India.

We believe that appointment of Sole Arbitrator by the Government itself is against the

principle of natural justice. We suggest that Sole Arbitrator should be selected by both

parties. No change in RFP

546 3 Clause 1.3 19 Indemnification

Clause 1.33 (a) – The clause should be made mutual.

Such indemnity should be for reasons solely and entirely attributable to the Bidder No change in RFP

547 3 Additional Clause Governing Law The governing law for the Agreement should be the laws of India. Not accepted

548 3 Additional Clause Non-solicitation

Purchaser to insert a provision of non-solicitation for both parties for a period of two years

from the expiry or termination of the agreement. Not accepted

549 3 Clause 1.32 18 Warranty Standard exclusions for warranty and warranty disclaimer need to be inserted. No change in RFP

550 3 1.32 Warranty 14

a) The Purchaser shall give a written notice to the selected bidder

stating the nature of any defect together with all available evidence

thereof, promptly following the discovery thereof. The Purchaser shall

afford all reasonable opportunity for the selected bidder to inspect

such defects. Upon receipt of such notice, the selected bidder shall

expeditiously cause to repair the defective goods or parts thereof or

replace the defective goods or parts thereof with brand new genuine/

authentic ones having similar or higher specifications from the

respective OEM, at no cost to

the Purchaser. Any goods repaired or replaced by the selected bidder

shall be delivered at the respective location without any additional

costs to the Purchaser.

Request for change in language as c) The Purchaser shall give a written notice of 30 days

to the selected bidder stating the nature of any defect together with all available evidence

thereof, promptly following the discovery thereof. The Purchaser shall afford all

reasonable opportunity for the selected bidder to inspect such defects. Upon receipt of

such notice, the selected bidder shall expeditiously cause to repair the defective goods or

parts thereof or replace the defective goods or parts thereof with brand new genuine/

authentic ones having similar or higher specifications from the respective OEM, at no cost

to the Purchaser. Any goods repaired or replaced by the selected bidder shall be

delivered at the respective location without any additional costs to the Purchaser. No change in RFP

551 3

1.33 Indemnification /

Page 19 (Vol - III)

a) Subject to Clause mentioned below, Successful bidder (the

"Indemnifying Party") undertakes to indemnify Purchaser (the

"Indemnified Party") from and against all Losses on account of bodily

injury, death or damage to tangible personal property

arising in favor of any person, corporation or other entity (including the

Indemnified Party) attributable to the Indemnifying Party's performance

or nonperformance under this contract to the extent of the Indemnifying

Party's comparative fault in causing such Losses.

Request for change in language as a) Subject to

Clause mentioned below, Successful bidder Either Party (the "Indemnifying Party")

undertakes to indemnify purchaser the Other Party (the "Indemnified Party") from and

against all Losses on account of bodily injury, death or damage to tangible personal

property arising in favor of any person, corporation or other entity (including the

Indemnified Party) attributable to the Indemnifying Party's performance or nonperformance

under this contract to the extent of the Indemnifying Party's comparative fault in causing

such Losses. No change in RFP

Page 60: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

552 3 1.33 Indemnification 19

a) Subject to Clause mentioned below, Successful bidder (the

"Indemnifying Party") undertakes to indemnify Purchaser (the

"Indemnified Party") from and against all Losses on account of bodily

injury, death or damage to tangible personal property

arising in favor of any person, corporation or other entity (including the

Indemnified Party) attributable to the Indemnifying Party's performance

or nonperformance under this contract to the extent of the Indemnifying

Party's comparative fault in causing such Losses.

a) Subject to Clause mentioned below, Successful bidder (the "Indemnifying Party")

undertakes to indemnify Purchaser (the "Indemnified Party") from and against all Losses

on account of bodily injury, death or damage to tangible personal property

arising in favor of any third party person, corporation or other entity (including the

Indemnified Party) attributable to the Indemnifying Party's performance or nonperformance

under this contract to the extent of the Indemnifying Party's comparative fault in causing

such Losses. No change in RFP

553 3 Clause 1.34 20 Patent Indemnity Standard exclusions of indemnity to be inserted in the clause on behalf of the bidder. No change in RFP

554 3 Clause 1.35 21 Limitation of Liability

Purchaser is requested to insert a clause to cover Bidder’s exclusion of liability with

respect to delay on the part of the Purchaser. Further, the total cumulative liability of either

party arising from or relating to this Agreement shall not exceed the total amount paid to

Bidder by Purchaser under that applicable work that gives rise to such liability in the

preceding 12 months (as of the date the liability arose); provided, however, that this

limitation shall not apply to any liability for damages arising from (a) willful misconduct or

(b) indemnification against third party claims for infringement.

Kindly delete the exclusion of obligation of the bidder to pay liquidated damages and other

penalties from Clause 1.35 (a).

Kindly delete the exclusion of cost of repairing or replacing defective equipment from the

liability cap i.e. Clause 1.35 (b).

No change in RFP

555 3 Request for addition in Limitation of Liability

"Notwithstanding anything to the contrary elsewhere contained herein, the maximum

liability of Bidder shall be, regardless of the form of claim, the consideration actually

received by Bidder .

Neither party shall, in any event, regardless of the form of claim, be liable for (1) any

indirect, special, punitive, exemplary, speculative or consequential damages, including,

but not limited to, any loss of use, loss of data, business interruption, and loss of income

or profits, irrespective of whether it had an advance notice of the possibility of any such

damages; or (2) damages relating to any claim that arose more than one year before

institution of adversarial proceedings thereon." No change in RFP

556 3 Clause 1.36 21 Force Majeure

If a Force Majeure event continues for a period of four weeks then the parties may decide

further course of action upon mutual consent. The decision of both the parties upon mutual

agreement shall be final. No change in RFP

557 3 Clause 1.38 Termination of Convenience We suggest department that Notice Period should be at least 90 days. No change in RFP

558 3 Clause 1.38 24 Termination

The clause for termination for termination for default, insolvency and convenience should

be made mutual. For termination for default, Purchaser should provide 30 days cure

period before furnishing a written notice of 30 days for terminating the contract. No change in RFP

559 3 1.38 Termination 24

i. The procuring entity may, without prejudice to any other remedy for

breach of contract, by written notice of default of at least 30 days sent

to the selected bidder, terminate the contract in whole or in part: -

i. The procuring entity may, without prejudice to any other remedy for material breach of

contract, by written notice of default of at least 30 days sent to the selected bidder,

terminate the contract in whole or in part: - No change in RFP

560 3 Clause 1.47 Exit Management

We believe that Assets will be transferred at Net Book Value and any tax applicable on

such transfer will be borne by client. No change in RFP

561 3 2.3 34

Change Requests/Management: Efforts of support staff shall not be

taken into consideration for this purpose Request customer to consider the efforts of support staff also. No change in RFP

Page 61: Response to pre bid queries and intimation about other

S.No Volume

Section No./

Name/Clause No.

Page No. of

Original

RFP Content of RFP requiring Clarification Points of clarification required Clarifications

562 3 1.37 (c ) 24

Change Orders: Prices to be charged by the selected bidder for any

related services that might be needed but which were not included in

the Contract shall be agreed upon in advance by the parties and shall

not exceed the prevailing rates charged to other parties by the

selected bidder for similar services.

Request customet to delete: " and shall not exceed the prevailing rates charged to other

parties by the selected bidder for similar services." No change in RFP

563 3 1.38 (a) 24-25 Termination for Default

Request Customer to add: In the event of breach/default of SI, the purchaser shall provide

SI with a reasonable cure period, which shall be as mutually decided by both the parties.

The decision to forfeit the performance security or to terminate the contract shall be taken

only if the breach/default continues or remains unrectified, for reasons within the control of

SI, even after the expiry of the cure period.

No change in RFP

564 3 1.47 (b) 29

Exit Management: In case of contract being terminated by Purchaser,

Purchaser reserves the right to ask successful bidder to continue

running the project operations for a period of 6 months after

termination orders are issued. The other liquidated damages and SLA

would be applicable during this period.

Request customer to delete the provisions relating to applicability of other liquidated

damages and SLA during the exit management period. No change in RFP

565 3 1.47 (c )(ii) 29

All risk in and title to the Assets to be transferred / to be purchased by

the Purchaser pursuant to this Article shall be transferred to

Purchaser, on

the last day of the exit management period.

Request customer that all risk in and title to the Assets to be transferred / to be purchased

by the Purchaser pursuant to this Article shall be transferred to Purchaser, on the date of

delivery of assets to the Purchaser. No change in RFP

566 General CVC Guidelines

As per Circular No. 03/01/12 dated 13.01.2012

In a tender, either the Indian Agent on behalf of the Principal/OEM or Principal/OEM itself

can bid but both cannot bid simultaneously for the same item/product in the same tender.

Kindly advise if the OEM and SI can both bid the same product.

Even though it does not require any clarification, the bidder has to abide by the

the laws, the rules, the executive direction and the conditions of the amended

RFP.

1

2

3

4 If approval for gap funding is not received from MHA/ State Govt., some items may have to be dropped for executing the project within the available funds. The list has been inserted at Annexure VIII clause 6.9 of volume I of amended RFP.

Other Changes in RFP

The detailed specification of existing infrastructure provided by the previous SI has been provided at Annexure IX of volume I of amended RFP.

The paper size shall be Legal.

The following has been inserted in clause 3.2 of volume II (a,b,c) and clause 6.5.20 of volume I (d) of amended RFP:

a. SI shall submit an undertaking along with the product invoice stating - “All products supplied are brand new, original and without any encumbrance.”

b. SI shall submit a certificate by the 7th of every month - “All payments that became due in the previous month have been made to their suppliers”.

c. Rajasthan Police shall have the authority to ask SI to submit no-dues certificate from suppliers of Hardware, Software and services, at any stage during the project period.

d. The software licenses shall be provided by SI before or at the time of installation.