0% found this document useful (0 votes)
234 views63 pages

RFP for Data Center Components Supply

The document is a request for proposal from CSC e-Governance Services India Limited for the supply, installation, commissioning, testing, operation and maintenance of data center components. It outlines the scope of work which includes delivering and installing hardware and software at four different locations, deploying a Ceph cluster and compute nodes, and migrating the existing network to new switches and routers. It provides eligibility criteria for bidders and technical specifications for the components. The document also includes terms and conditions, annexures listing technical specifications and approved makes/models, and a financial bid format.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
234 views63 pages

RFP for Data Center Components Supply

The document is a request for proposal from CSC e-Governance Services India Limited for the supply, installation, commissioning, testing, operation and maintenance of data center components. It outlines the scope of work which includes delivering and installing hardware and software at four different locations, deploying a Ceph cluster and compute nodes, and migrating the existing network to new switches and routers. It provides eligibility criteria for bidders and technical specifications for the components. The document also includes terms and conditions, annexures listing technical specifications and approved makes/models, and a financial bid format.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

CSC e-Governance Services India Limited (CSC SPV)

Request for Proposal (RFP)


For
Supply, Installation, Commissioning, Testing,
Operation & Maintenance of the Data center
Components at CSC SPV.

1
Disclaimer

All the terms and conditions have been incorporated


by CSC SPV after approval of the Competent Authority
in CSC SPV. Any clause incorporated by the CSC SPV
such as demanding Proof of Concept etc,
incorporating any clause against the CSC SPV’s policy
and Preference to make in India Policy, mandating
any Brand names or Foreign Certification, changing
the default time period for Acceptance of material or
payment timeline governed by OM of Department of
Expenditure shall be null and void and would not be
considered part of bid.

Further any reference of conditions published on any


external site or reference to external documents /
clauses shall also be null and void. If any seller has
any objection / grievance against these additional
clauses or otherwise on any aspect of this bid, they
can raise their representation against the same by
using the Representation window being provided in
the Prebid meeting and their pre-bid queries would
be addressed/responded accordingly.

This Bid is also governed by the General


Terms and Conditions.

While participating in bid, Bidder has to undertake


compliance of the bid terms and conditions as laid in
the RFP and any false declaration and non-
compliance of this would be a ground for immediate
termination of the contract and further legal action in
accordance with the laws.

2
Table of Contents
Section I: ................................................................................................ 5
1. About CSC Scheme & CSC e-Governance Services India
Limited ................................................................................................... 5
2. Scope of Work, Delivery & Installation of Hardware &
Software ................................................................................................. 6
Section II: ............................................................................................... 8
Eligibility Criteria: .............................................................................. 8
Section III: ........................................................................................... 10
Technical Specifications: ................................................................ 10
Section IV ............................................................................................. 11
General Terms and Conditions: .................................................... 11
1. Purpose: ........................................................................................... 11
2. Compliance: ..................................................................................... 11
3. Language and Currency: .............................................................. 12
4. Standard Conditions: .................................................................... 12
5. Performance Bank Guarantee ................................................... 13
6. Correspondences: .......................................................................... 13
7. Testing and Inspection: ............................................................... 13
8. Extension of Time: ........................................................................ 14
9. Compensation of Delay/Recovery:........................................... 15
10. Force Majeure: ............................................................................ 16
11. Patents, Successful bidder's Liability & Compliance of
Regulations: ........................................................................................ 17
12. Settlement of Disputes: ............................................................ 17
13. Laws Governing the Contract: ................................................ 18
3
14. Termination for Default and Risk Purchase: .................... 18
15. Termination for Insolvency: .................................................. 20
16. Deviation, Substitute and Extra Items: ............................................... 20
17. Payments Terms: ..................................................................................... 21
18. Delivery Locations .................................................................................. 21
19. Evaluation Process .................................................................................. 22
20. Delivery Schedule: .................................................................................. 23
21. Liquidated Damage (LD): ...................................................................... 23
Section V:............................................................................................................... 24
Technical Specifications - Annexure -A ...................................................... 24
Make and Model - Annexure-B....................................................................... 59
Financial Bid ........................................................................................................ 62

4
Section I:

1. About CSC Scheme & CSC e-Governance Services India


Limited
Ministry of Electronics and Information Technology
(MeitY), Government of India, has setup a Special Purpose
Vehicle (SPV) namely CSC e-Governance Services India Ltd.
(CSCSPV) for the implementation of the Common Service
Centre Scheme under the National e-Governance Plan
(NeGP). Common Service Centre (CSC) is one of the Mission
Mode Projects under Digital India programs. The scheme
aimed for the establishment of one Lakhs ICT enabled
front-end service delivery outlets, equitably spread across
rural India covering six Lakhs villages. CSCs were envisaged
as a service/transaction-oriented model with a large
bouquet of services made available at the CSCs for
delivering to the citizens via this internet enabled centers.
Currently it is network of more than 5.5 Lakhs CSC centers
covering all Gram Panchayat (GP) level under Digital India
(Public Internet Access) Program to deliver various citizen
centric services. Under this Project, it is proposed to
strengthen the CSC network by ensuring standardization of
service availability and ensuring capacity building of all
stakeholders such as SDA (State Designated Agency under
Various States IT Dept.) / DeGS (District e-Governance
Societies) under District Administration are involved. To
facilitate the successful implementation of the CSC Scheme,
a Special Purpose Vehicle (SPV) named “CSC e-Governance
Services India Ltd” has been incorporated under the
Companies Act 1956.
5
2. Scope of Work, Delivery & Installation of Hardware &
Software

• All the hardware and software components should be


delivered & installed at 4 different locations (Pune,
Noida, Okhla and Mumbai). CSC e-Governance Service
India Limited will share the location wise hardware
and software delivery and installation requirements
with successful bidder post award of te contract.
• The planning, designing (HLD & LLD), Deployment and
Configuration for the proposed backup Software
should be done by OEM professional services in
coordination with L1 bidder.
• 3 Node Ceph cluster, 2 Ceph monitor Nodes need to be
deployed as per the best practices.
• 2 compute node (KVM) need to be deployed as per the
best practices in the existing cloud environment.
• All the proposed hardware should be delivered at the
locations within 90 days from the date of purchase
order.
• Hardware components: Racking, Stacking, Cabling,
labelling, Power On Self-Test, hardware firmware
upgrade, Installation, Configuration need to be
performed by the L1 bidder
• All the network switches and router configuration and
existing network migration to the new switches and
routers should be planned and performed by the L1

6
bidder. Entire responsibility is of L1 bidder for
migration without any data loss.
• All the proposed hardware and software need to be
deployed within 30 days from the date of hardware
and software delivery.
• Required passive components such as Fiber patch
cords, LAN patch cords, Power cables need to be
factored by the bidder as part of the proposal along
with Delivery and Installations.
• The latest Operating system
(CentOS/Ubuntu/Windows) should be installed on all
the rack servers and should be optimized time to time
for optimal output.
• The L1 bidder needs to submit the installation and
user acceptance report for the acceptance of the
installation of the required line items.
• The successful bidder needs to submit hardware and
software delivery and installation report for the
acceptance of the delivery of the required line items.
• The L1 bidder should factor the cost for all the above-
mentioned scope of work as part of the proposal.

7
Section II:
Eligibility Criteria:

Subject to provisions in the RFP Document, participation in


this RFP Process is limited to all bidders who fulfill the
‘Eligibility’ and ‘Qualification criteria as per the RFP
Document.

1.1. The Bidder must be a company registered in India


under the Indian Companies Act 1956/2013 with their
registered office in India for the last THREE years as
on 31.03.2023.

1.2. The Bidder must have turnover of INR 50 Cr and shall


be profitable for the last 3 financial years (FY 2022-23,
21-22, 20-21). The documentary evidence shall be
provided.

1.3. The bidder should have experience of similar nature


during the last THREE (3) years in any Central/State
government / PSU’s/ Universities/ Reputed Private
Organization in India.

• At least One similar work costing not less than Rs. 12


Crores.
OR
• At least Two similar work each costing not less than Rs.
6 Crores.
OR
• At least Three similar work each costing not less than Rs.
4 Crores.
8
Similar Work means - “Supply, Installation &
Commissioning of Networking Components / IT
Hardware / IT Infrastructure Components / Annual
Maintenance Contract of Networking components.”

1.4. The Bidder should have a minimum staff of 10+ trained


and senior skilled manpower on their payroll. Trained
and skilled manpower will be that personnel who have
at least a B Tech / B.E., in Computer Science/
Information Technology/ Electronics
Communication/ Information Science or MCA/BCA
qualification or equivalent. Undertaking from bidder
on Company's Letter Head, duly signed & stamped by
an authorized signatory.
1.5. The bidder must submit declaration regarding not be
insolvent, in receivership, bankrupt or being wound
up, not have its affairs administered by a court or a
judicial officer, should not have its business activities
suspended and must not be the subject of legal
proceedings for any of aforesaid reasons.

9
Section III:

Technical Specifications:

The technical specifications of the equipment and services are


given in Annexure-A. Bidders must give Compliance for all the
technical specifications given in Annexure-A.

Bidders also must give Unpriced Make & Model Details for all the
equipment as per the format given in Annexure-B.

Bidder has to submit all the proposed equipment’s OEMs Technical


Specification Brouchers/Documents.

All License to be procure in the name of CSC e-Governance Services


India Limited.

License details to be submitted with the BID


(Perpetual/Renewal/Subscription).

10
Section IV

General Terms and Conditions:

1. Purpose:

This document sets out the terms & conditions to be met in


connection with the provision of “Supply, Installation,
Testing, Commissioning, Operation & Maintenance of
the Networking Components at CSC SPV” to CSC for the
work as per the details given in this RFP.

1.1. This tender document includes details like anticipated


quantity, delivery, installation, commissioning
(including Operating system & other software as
tendered for) & support services for maintenance, etc.

1.2. The hardware & software supplied against this RFP


must include all the modules, sub modules and items
required for installation, smooth performance and
crash recovery of the hardware/software such as
installation kit, CDs, Software Manuals, hardware sub-
systems etc.

2. Compliance:

2.1. The submission of the RFP will imply acceptance of all


the RFP condition by the bidder laid in RFP document
including all the Annexure(s) & schedules to the RFP
document.

11
2.2. The compliance to the terms & conditions should be
supported by authenticated documentation wherever
required.

3. Language and Currency:

3.1. The bidder shall quote the rates in English language


and international numerals. The rates shall be in whole
numbers. The rates shall be written in both figures as
well as in words. Overwriting is not permitted. In case
of disparity in figures & words, the rate in words will
be considered.

3.2. In the event of the order being awarded, the language


of all services, manuals, instructions, technical
documentation etc. provided under this contract will
be English. The bidders should quote only in Indian
Rupees and the bids in currencies other than Indian
rupees shall not be accepted.

4. Standard Conditions:

4.1. Standard printed conditions of the bidder to the offer,


other than the conditions specified here, will not be
acceptable.

4.2. For the purpose of the tender, the metric system of


units shall be used.

4.3. Bidder's offers shall be with reference to section and


12
clause numbers given in the tender schedules.
5. Performance Bank Guarantee

5.1. The successful bidder shall submit an unqualified


Contract performance guarantee (in lieu of Contract
Performance security) of the value equivalent to 5%
(Five percent) of the value of Purchase Orders in the
form of an irrevocable and unconditional bank
guarantee on Nationalized / scheduled bank.

5.2. In case, successful bidder fails to submit performance


guarantee within 45 days of the issue of the letter of
acceptance of his bid, CSC reserve the right to Cancel
the order.

6. Correspondences:

All correspondence would be directly with the bidder


and correspondence through agents will not be
entertained.

7. Testing and Inspection:

CSC or its representative shall have the right to inspect


or to test the Equipment to confirm their conformity to
the ordered specifications. The supplier shall provide
all reasonable facilities and assistance to the
inspecting authority at no charge to CSC. In case any
inspected or tested equipment fail to conform to the

13
specifications, CSC may reject them and supplier shall
replace the rejected equipment with the equipment in
conformity with the specification required free of cost
to CSC.

8. Extension of Time:

8.1. This work is urgent and hence the completion period


as per Purchase Order shall be adhered to strictly. Any
Extension of time /delivery amounts to amendment of
the contract then Liquidated Damage shall be levied.
However, Extension shall be granted only after the
successful bidder seeks an extension in writing,
however, there should not be any downward trend in
the price of the Items of the Purchase Order. In case of
any downward Trend, the benefit shall be transferred
to CSC.

8.2. However, in case of extraordinary situations like non-


readiness of Site, delay on buyer side which may delay
the completion of the service as per SLA, then LD shall
not be levied. The contractor shall apply for an
extension of time in writing.

8.3. The Extension of Time with or without LD charges is


subject to the scrutiny of the reason provided & subject
to the approval of the Competent Authority.

14
8.4. The LD Charges shall be calculated on the Base value
of the Purchase Order without GST/Taxes.

9. Compensation of Delay/Recovery:

9.1. Time is the essence of the Contract.

9.2. The amount of compensation for delay and waiver of


compensation for delay in case of justified reasons
shall be decided at the discretion of Accepting
Authority and the same shall be final and binding on
the contractor. Time taken by CSC and local statutory
authorities for approval of drawings, design, estimate
etc, force majeure reasons and any other reasons
beyond control of the contractor shall be considered as
justified reasons. The amount of compensation may be
adjusted or set off against any sum payable to the
contractor under this or any other contract with CSC.

9.3. The bidder as per operation, installation, maintenance


manuals and performance guarantee tests supplied by
the successful bidder, will do the loading, installation
& commissioning of systems. The successful bidder
will be fully responsible for the guaranteed
performance of the supplied systems and warranty
obligations. In case of any problem after
commissioning and during guarantee period, the
successful bidder act as per the “Guarantee/
Warranty” Clause.
9.4. A fine of an agreed amount calculated @ 0.5 % per

15
week or part thereof of the Uncompleted
Portion/delivery/Installation of contract/WO cost
executed/ Completed beyond delivery schedule
subject to a maximum value equal to 10% of the value
of the delayed Goods/Work shall be recovered. The LD
shall be calculated on the base cost without Govt. taxes
& Duties.

10. Force Majeure:

CSC may grant an extension of time limit set for the


completion of the work / repair in case the timely
completion of the work is delayed by force majeure
beyond the contractor’s control, subject to what is
stated in the following sub paragraphs and to the
procedures detailed there-in being followed. Force
Majeure is defined as an event of effect that cannot
reasonably be anticipated such as acts of God (like
earthquakes, flood, storms etc), acts of states, the
direct and indirect consequences of wars (declared or
un-declared), hostilities, national emergencies, civil
commotion and strikes (only those which exceed a
duration of ten continuous days) at successful Bidder’s
factory. The successful bidder’s right to an extension of
the time limit for completion of the work in above-
mentioned cases is subject to the following
procedures.

16
11. Patents, Successful bidder's Liability &
Compliance of Regulations:

11.1. Successful bidder shall protect and fully


indemnify the CSC from any claims for infringement of
patents, copyright, trademark, license violation or the
like.

11.2. Successful bidder shall also protect and fully


indemnify the CSC from any claims from successful
bidder's workmen/employees, their heirs,
dependents, representatives etc. or from any
person(s) or bodies/ companies etc. for any act of
commission or omission while executing the order.

11.3. Successful bidder shall be responsible for


compliance with all requirements under the laws and
shall protect and indemnify completely the CSC from
any claims/penalties arising out of any infringements
and indemnify completely the CSC from any
claims/penalties arising out of any infringements.

12. Settlement of Disputes:

12.1. If a dispute of any kind whatsoever arises


between CSC and the Contractor in connection with, or
arising out of the Contract or the execution of the
works, whether during the execution of the Works or
after their completion and whether before or after
repudiation or after termination of the contract,

17
including any disagreement by either party with any
action, inaction, opinion, instruction, determination,
certificate or valuation of the Project Leader or his
nominee, the matter in dispute shall, in first place be
referred to the Dispute Resolution Committee (DRC)
appointed by the CSC. It is also a term of contract that
fees and other expense if payable to DRC shall be paid
equally by both the parties i.e. CSC and Contractor. The
disputes will firstly be settled by the DRC, failing which
any party may invoke arbitration clause. The
Contractor shall be entitled for invoking the
arbitration clause only after exhausting the remedy
available under the Dispute Resolution Mechanism.
The final decision in this regard will be considered
final at MD - CSC Level.

12.2. If the parties fail to reach a resolution even after


referring to the higher level, either party should be
able to start arbitration proceedings under the Indian
Sellers as per the Indian Arbitration & Conciliation Act,
1996 & Changes and amendments to the Act in 2015
after following the due procedure.

13. Laws Governing the Contract:

Indian laws shall govern this contract.

14. Termination for Default and Risk Purchase:

14.1. A contract may be terminated in the following


18
cases:

Default: If the seller fails to deliver any or all the


14.1.1.

items / services / Completion of works as stipulated


in the purchase order within the specified time limit.

Failure to perform any obligation: If the seller


14.1.2.

fails to perform any obligation under the contract.

14.2. If the contract is terminated, the purchaser may


take recourse in:

14.2.1. Forfeiture of the performance security.

Purchaser may resort to buying the item from an


14.2.2.

alternate source (Risk Purchase) and recover the cost


from the seller.

The supplier, however, shall continue to fulfil the


14.2.3.

contract to the extent not terminated.

14.3. The purchaser may terminate the contract by


giving a written notice to the seller if the seller
becomes insolvent.

14.4. The purchaser may terminate the contract if an


unforeseen situation arises, compelling the purchaser
to cancel the contract.

19
15. Termination for Insolvency:

CSC may at any time terminate the Contract by giving


written notice to the supplier, without compensation
to the Contractor, if the Contractor becomes bankrupt
or otherwise insolvent as declared by the competent
court provided that such termination will not
prejudice or affect any right or action or remedy which
has accrued or will accrue thereafter to CSC.

16. Deviation, Substitute and Extra Items:

16.1. All quantities mentioned in Annexure A:


Anticipated Schedule of Quantities are Estimated
Quantities only. Actual Quantities may vary during
Execution of the Work as per existing Site
Requirement and Condition.

16.2. CSC reserves the right to change the quantity of


the Contract Items to be supplied.

16.3. CSC also reserves the right to purchase Extra


Items, which are completely new, as per site
requirements up to the overall limit of 30% of the
contract value at the Market Rate of the Extra Item.

20
17. Payments Terms:

The payment terms are:


• Payment to contractor will be made on per stage
basis, after successful delivery, installation,
commissioning, and acceptance at each stage.
• Payment will be made as mentioned below:

Payment
Stage of Scope of Work
percentage (%)
Supply & inspection of
60% value of
items as per Bill of
contract price
Material (90 Days)
Successfully Installation,
Commissioning, and 25% value of
User acceptance contract price
(30Days)
Successfully Operational 15% value of
Acceptance (30 Days) contract price

18. Delivery Locations


Sl. Location City
No Location *
1 Loc 1 Delhi NCR

2 Loc 2 Pune

Address details will be given to successful bidder/ Contractor


only.
21
19. Evaluation Process
A two-stage evaluation process will be conducted as
explained below for the evaluation of the proposals:
Technical Evaluation (1st Stage):
• Preliminary evaluation of the proposals will be
conducted to determine whether the proposals
comply with the prescribed eligibility conditions and if
the requisite documents/information have been
properly furnished by the bidder.
• Bids that do not comply with any of the above
requirements, including bidder eligibility criteria and
technical specifications of all the products mentioned
in the bid document, will be outrightly rejected at the
discretion of the CSC authority.
• Bidders should satisfy the basic criteria of experience
and other requirements as mentioned in the Technical
Criteria. Only those bidders who meet these criteria
will be considered for the opening of the financial bid.
The financial offers of unsuccessful applicants will be
rejected without opening.
Financial Evaluation (2nd Stage):
• The financial proposals of the bidders qualifying the
technical evaluation (2nd Stage) will be opened at this
stage.
• The Least Cost Method (L1) will be followed during the
overall evaluation process. The financial bids of
22
technically qualified bidders will be considered on the
prescribed date on portal. The bidder with the lowest
qualifying financial bid (L1) will be awarded the bid.
• The selected bidder shall be the First Ranked Applicant
(having the L1 Quote). The second and third Ranked
bidders shall be kept in reserve and may be invited for
negotiations in case the first ranked bidder withdraws
or fails to comply with the requirement specified in the
Bid document.

20. Delivery Schedule:

The contractor shall complete the delivery,


installation, testing and commissioning of all the
equipment(s) at all sites within 120 days from the date
of issuance of contract.

21. Liquidated Damage (LD):


Liquidated Damages (LD) for delayed delivery of
equipment: If the Contractor fails to complete delivery,
installation, testing, commissioning, training,
acceptance etc. of equipment(s) as per timelines
specified in the contract, then in such a case CSC would
be entitled to impose the Liquidated Damages for the
delay @ 0.5% per week of subject to maximum of 10%
of the total contract value. The amount will be
deducted from the subsequent payment. In case, delay
beyond 18 weeks, CSC may initiate termination for
default and take remedial action.
23
Section V:

Technical Specifications - Annexure -A

Sr. No.1. Server Type 1 (Qty – 3)

CEPH Storage Node


S.No Technical Specifications Compliance
The proposed Rack Server should be 2RU
1
form factor with 24 SFF slots
Each Server should have minimum 2 X
Intel/AMD Processors, each processor
2
should have 32 Cores, 32 Threads with
base clock speed 2GHz or above
Each Server have RAM populated using
64GB or higher DDR4 Module @ 3200
3
MHz or better. Each node should have
total 512 GB of RAM.
Each Server should be supplied with 16*
4
7.68 TB SAS Read intensive SSD.
Each Server should be supplied with 2 X
RAID Storage Controller with 4GB Cache.
It should support RAID Levels 0, 1, 5, 6, 10
5 . Drive support SATA , SAS, NVMe. Ports x
8 host / x16 internal. Also the server
should be supplied with Battery Backup
unit with cable kit
Each Server should be supplied with
6
2*1.92 TB SAS Read intensive SSD with
24
DWPD 1 or better
Each Server should have 2* dual port 10G
SFP+ and also support 25G SFP+ network
7
adaptor , with 10G SFP+ SR modules
populated in all ports.
The proposed server should support
features such as Intelligent Platform
Management Interface Version 2, secure
8 boot, UEFI shell, PXE boot, SNMP v2 & v3,
HTML 5 GUI, CLI, SMTP, XML API/redfish
API, Virtual console, energy star, TPM 2.0,
PCIe 3.0 compliance
The proposed server should have
redundant hot swappable high efficiency
power supplies, redundant fan modules,
9 Trusted Platform Module 2.0, 2* USB 3.0
ports, One VGA/Display/KVM port, one
out of band management port, 2* 10G RJ
45 ports, 2* PCIe 3.0 slots
The proposed Server should
10 support hypervisor such as ESXi, Hyper-
V, KVM, RHEV, AHV
The proposed Server should be industry
11
standard x86 servers.
The Server should support monitoring via
12
SNMPv3 and email alerting via SMTP.
The Server should be a tested and
validated to run MS SQL, PostgreSQL,
13
MongoDB, OpenStack, Virtual machines,
Windows Server OS, RHEL OS &
25
Containers.
The proposed server should be supplied
with the licenses for centralized
14
configuration & monitoring of the server
through GUI
The proposed should integrate with
15
AD/LDAP for Authentication
The proposed Server should be supplied
16 with 5 Years warranty & 5 years 24x7x365
OEM support
The proposed server OEM should be
minimum 10-year-old organization and
17
should have the corporate/support offices
in India
In case of any security breach the server
should get locked, when the threat/breach
18 is removed the server should start from
the same state of firmware when it got
locked.
Sr. No.2. Server Type 2. (Qty – 2)

CEPH Monitor Node


S.No Technical Specifications Compliance
The proposed Rack Server shall be 1RU
1
form factor with 8SFF slots
Each Server should have minimum 2*
Intel/AMD processors, each processor
2 should have 16 Cores, 32 threads with
base clock speed 2.4 GHz or better, cache
24 MB or better
26
Each Server have RAM populated using
64GB or higher DDR4 Module @ 3200
3
MHz or better. Each node should have
total 128 GB of RAM
Each Server should be supplied with 1 X
RAID Storage Controller with 4GB Cache.
It should support RAID Levels 0, 1, 5, 6, 10
4 . Drive support SATA , SAS, NVMe. Ports x8
host / x16 internal. Also the server should
be supplied with Battery Backup unit with
cable kit
Each Server should be supplied with 2 X
5
960 GB SAS Read intensive SSD
Each Server should have 2* dual port 10G
SFP+ and also support 25G SFP+ network
6
adaptor , with 10G SFP+ SR modules
populated in all ports.
The proposed server should support features
such as Intelligent Platform Management
Interface Version 2, secure boot, UEFI shell, PXE
7
boot, SNMP v2 & v3, HTML 5 GUI, CLI, SMTP,
XML API/redfish API, Virtual console, energy
star, TPM 2.0, PCIe 3.0 compliance
The proposed server should have
redundant hot swappable high efficiency
power supplies, redundant fan modules,
8 Trusted Platform Module 2.0, 2* USB 3.0
ports, One VGA/Display/KVM port, one
out of band management port, 2* 10G RJ
45 ports, 2* PCIe 3.0 slots
9 The proposed Server should
27
support hypervisor such as ESXi, Hyper-
V, KVM, RHEV, AHV
The proposed Server should be industry
10
standard x86 servers
The Server should support monitoring via
11
SNMPv3 and email alerting via SMTP
The Server should be a tested and
validated to run MS SQL, PostgreSQL,
12 MongoDB, OpenStack, Virtual machines,
Windows Server OS, RHEL OS &
Containers.
The proposed server should be supplied
with the licenses for centralized
13
configuration & monitoring of the server
through GUI
The proposed should integrate with
14
AD/LDAP for Authentication
The proposed Server should be supplied
15 with 5 Years warranty & 5 years
24x7x365 OEM support
The proposed server OEM should be
minimum 10-year-old organization and
16
should have the corporate/support offices
in India
In case of any security breach the server
should get locked, when the threat/breach
17 is removed the server should start from
the same state of firmware when it got
locked.

28
Sr. No.3. Server Type 3 (Qty – 2)

CEPH Compute Node


S.No Technical Specifications Compliance
The proposed Rack Server should be 2 RU
1
form factor with 8 /12/24 SFF slots
Each Server should have minimum 4 X
Intel/AMD processors, each processor
2 should have 32 Cores, 64 Threads with
base clock speed 2.1 GHz or better, cache
36 MB or better
Each Server have RAM populated using
64GB or higher DDR4 Module @ 3200
3
MHz or better. Each node should have
total 2048 GB of RAM or better
Each Server should be supplied with 1 X
RAID Storage Controller with 4GB Cache.
It should support RAID Levels 0, 1, 5, 6, 10
4 . Drive support SATA , SAS, NVMe. Ports x8
host / x16 internal. Also the server should
be supplied with Battery Backup unit with
cable kit
Each Server should be supplied with 2 X
5
960 GB SAS Read intensive SSD
Each Server should have 2* dual port 10G
SFP+ and also support 25G SFP+ network
6
adaptor , with 10G SFP+ SR modules
populated in all ports.
The proposed server should support
7
features such as Intelligent Platform
29
Management Interface Version 2, secure
boot, UEFI shell, PXE boot, SNMP v2 & v3,
HTML 5 GUI, CLI, SMTP, XML API/redfish
API, Virtual console, energy star, TPM 2.0,
PCIe 3.0 compliance
The proposed server should have
redundant hot swappable high efficiency
power supplies, redundant fan modules,
8 Trusted Platform Module 2.0, 2* USB 3.0
ports, One VGA/Display/KVM port, one
out of band management port, 2* 10G RJ
45 ports, 2* PCIe 3.0 slots
The proposed Server should
9 support hypervisor such as ESXi, Hyper-
V, KVM, RHEV, AHV
The proposed Server should be industry
10
standard x86 servers
The Server should support monitoring via
11
SNMPv3 and email alerting via SMTP
The Server should be a tested and
validated to run MS SQL, PostgreSQL,
12 MongoDB, OpenStack, Virtual machines,
Windows Server OS, RHEL OS &
Containers.
The proposed server should be supplied
with the licenses for centralized
13
configuration & monitoring of the server
through GUI
The proposed should integrate with
14
AD/LDAP for Authentication
30
The proposed Server should be supplied
15 with 5 Years warranty & 5 years
24x7x365 OEM support
The proposed server OEM should be
minimum 10-year-old organization and
16
should have the corporate/support offices
in India
In case of any security breach the server
should get locked, when the threat/breach
17 is removed the server should start from
the same state of firmware when it got
locked.

31
Sr. No.4. Server Type 4 (Qty – 2)

CEPH Compute Node


S.No Technical Specifications Compliance
The proposed Rack Server should be 2 RU
1
form factor with 8 /12/24 SFF slots
Each Server should have minimum 2 X
Intel/AMD processors, each processor
2 should have 32 Cores, 64 Threads with
base clock speed 2.1 GHz or better, cache
36 MB or better
Each Server have RAM populated using
64GB or higher DDR4 Module @ 3200
3
MHz or better. Each node should have
total 1024 GB of RAM or better
Each Server should be supplied with 1 X
RAID Storage Controller with 4GB Cache.
It should support RAID Levels 0, 1, 5, 6, 10
4 . Drive support SATA , SAS, NVMe. Ports x8
host / x16 internal. Also the server should
be supplied with Battery Backup unit with
cable kit
Each Server should be supplied with 2 X
5
960 GB SAS Read intensive SSD
Each Server should have 2* dual port 10G
SFP+ and also support 25G SFP+ network
6
adaptor , with 10G SFP+ SR modules
populated in all ports.
The proposed server should support
7
features such as Intelligent Platform
32
Management Interface Version 2, secure
boot, UEFI shell, PXE boot, SNMP v2 & v3,
HTML 5 GUI, CLI, SMTP, XML API/redfish
API, Virtual console, energy star, TPM 2.0,
PCIe 3.0 compliance
The proposed server should have
redundant hot swappable high efficiency
power supplies, redundant fan modules,
8 Trusted Platform Module 2.0, 2* USB 3.0
ports, One VGA/Display/KVM port, one
out of band management port, 2* 10G RJ
45 ports, 2* PCIe 3.0 slots
The proposed Server should
9 support hypervisor such as ESXi, Hyper-
V, KVM, RHEV, AHV
The proposed Server should be industry
10
standard x86 servers
The Server should support monitoring via
11
SNMPv3 and email alerting via SMTP
The Server should be a tested and
validated to run MS SQL, PostgreSQL,
12 MongoDB, OpenStack, Virtual machines,
Windows Server OS, RHEL OS &
Containers.
The proposed server should be supplied
with the licenses for centralized
13
configuration & monitoring of the server
through GUI
The proposed should integrate with
14
AD/LDAP for Authentication
33
The proposed Server should be supplied
15 with 5 Years warranty & 5 years 24x7x365
OEM support
The proposed server OEM should be
minimum 10-year-old organization and
16
should have the corporate/support offices
in India
In case of any security breach the server
should get locked, when the threat/breach
17 is removed the server should start from
the same state of firmware when it got
locked.

Sr. No.5. Technical support for Apache Cloud stack

Technical Option 1
support for Technical support for Apache
Apache Cloud stack version upgrade from
Cloud 4.15 to 4.18 OR Higher at two
stack sites, Apache Cloud stack
management agent upgrade in 50
KVM hosts, health checkup and
remediation for 50 KVM hosts.

Option 2
Support for 50 KVM hosts
(24x7x365) Technical Support for
two years.

34
Sr. No.6. RDP CAL License (Qty. – 20)

RDP CAL Windows Server2022


licenses Remote Desktop Services -
1UserCal).

Sr. No.7. Window Server 2022 License

Window Server 2022 Data


Window Server
Centre Edition 16 Core License.
2022 License
(Perpetual license)
Window Server 2022 Data
Window Server
Centre Edition 2 Core License.
2022 License
(Perpetual license)

Sr. No.8. Backup Software (Qty – 1)

S.No Technical Specifications Compliance


The Proposed backup solution
should support backup and restore
1 for Windows & Linux VMs running
on VMware ,Hyper-V,AHV, Xen,
KVM, Red Hat Virtualization
The Solution should support online
granular level backup and restore of
the databases such as MSSQL
2
,PostgreSQL community edition DB,
MySQL all versions (Min 5.7 and
greater) and above community
35
edition DB, Oracle, Maria DB, EDB
The solution should support Backup
and recovery for Physical and Virtual
machines which is running Windows
3
Server OS, Windows 10, CentOS,
RHEL, Ubuntu and any other Linux
platform.
The Solution should support features
4 such as compression and
deduplication
The proposed backup solution
should be integrated with any NAS,
5
SAN Storage , Purpose Built Backup
Appliances , Tape Library.
The proposed backup solution
6
should support GUI and CLI Feature
The proposed backup software
should have the compliances such as
FIPS 140-2 compliant, Data
encryption cipher (AES 128/
7
AES192/ AES256 ) , Computation of
MD5 or SHA1 signatures of the file
data , SNMP Monitoring integration
module, SMTP Integration module,
The Solution should support
automated backup and recovery of
8
Container based environments such
as Docker, Kubernetes
The proposed backup solution OEM
9
should share the install base with
36
the customer reference in
Indian/APAC region
The proposed backup solution
should be supplied with 5 Years
10
24x7x365 on remote technical
support
The proposed Backup Solution
should be supplied with the 5 Years
Subscription license for 50TB Front
end capacity license to perform
backup of unlimited Windows and
Linux clients, including backup data
11
replication and file archival,
Databases MSSQL ,PostgreSQL
community edition DB, MySQL all
versions (Min 5.7 and greater) and
above community edition DB, Oracle,
Maria DB, EDB.
The proposed backup Solution
should support Automated
12
Incremental, differential and Full
backups
Proposed solution should provide all
the mentioned Databases backup
13 and recovery with granular table
level through GUI instead of CLI and
scripts.
The proposed backup solution
14 should support both GUI and CLI
level backup and recovery of the OS

37
(Windows and Linux), databases
such as MSSQL, PostgreSQL
community edition DB, MySQL 5.7
and above community edition DB,
Oracle, Maria DB, EDB
The proposed backup solution
15 should be leader in the latest Gartner
Magic Quadrant

Sr. No.9. Layer 3 Access switch Type 1 (2 Qty)


(Replacement of Existing N/W Equipment – CISCO
Preferred)

Description Requirement Compliance


Maximum Number of 24
Access /Downlink Ports
Type of Switch Non PoE
Number of 10/100/1000 24
Base-T Ports
Number of Multi-Gigabit 0
Ports
Number of 1 G Base T 0
Ports (Uplink)
Number of 1 G SFP / Base 0
X Port (Uplink)
Number of 10 G Base T 0
Port (Uplink)
Number of 10 G SFP+ Port 4
(Uplink)
38
Number of 40 G QSFP+ 0
Port (Uplink)
Number of 100 G QSFP 28 0
Port (Uplink)
Management Port (RJ Yes
45/RS 232/USB)
RAM (MB) 4096
Flash Memory (MB) 4096
9K MTU Supported Yes
(Minimum)
Console Port Yes
Redundant Power supply No
Redundant Power Supply Internal
Type
Redundant Power Supply No
(Hot Swappable)
Redundant Fan Yes
Redundant Fan (Hot Yes
Swappable)
Number of Open slot for 0
additional Interface Card
Operating System Yes
Dedicated Stacking No
Stacking Bandwidth 0
(Gbps)
Switching Capacity / 128
Forwarding Bandwidth
(Non Blocking / Line Rate
/Wired Speed) 2x
(Numbers of access ports
39
+ Number of Uplink
Ports) (Gbps)

Throughtput / 95.23
Forwarding Performance
(MPPS)
Layer 2 Protocols 802.1Q
VLAN
Number of VLAN 4000
Supported
Number of VLAN IDs 4000
Supported
Number of IPV4 Routes 20000
Number of IPV6 Routes 5000
Number of Mac Address 32
Supported (k)
Basic Layer-3 Protocol Static
from day 1 Routing,RIPv1,
RIPv2,
BGP,OSPFv2,O
SPFv3,
RIPng,PBR
Advance Layer-3 OSPFv2,OSPFv
Protocol from day 1 3,PBR, BGP,
BGP4,IS-
IS,PIM-SM,
PIM-SSM
Premium Layer-3 BGP,BGP4,IS-
Protocol from day 1 IS,PIM-
SM,PIM-

40
SSM,VRF Lite
Security Feature RA
Guard,,DHCP
Snooping,Dyna
mic ARP
Inspection,
ACL,802.1x,RA
DIUS/
TACACS,Port
Security,BPDU
Guard,VRF
Lite,IGMP
snooping,
MACSEC-256
Management Protocol GUI,CLI,Telnet,
TFTP,SNMPv1,
SNMPv2/
V2C,SNMPv3,
NTP,Openflow
1.3,
RMON,SSHv2
QoS 802.1p,WRED/
WTD,Shapincg,
Policing / Rate
Limiting
PoE Power Budget (Watt) 0
Dimension / Form Factor 1
(RU)
Certification EAL3,RoHS,
EAL2
41
MTBF (Year) 7
Minimum Operating -5
Temperature (Degree C)
Maximum Operating 45
Temperature (Degree C)
Minimum Operating 5
Humidity (%RH)
Maximum Operating 90
Humidity (%RH)
IPv6 Ready from day 1 Yes
On Site OEM Warranty 5
(Year)
OEM Support 5 Years
24x7x365
License All the
required
license to be
factored from
the day one.

Sr. No.10. WAN Router (Qty-2) (Replacement of


Existing N/W Equipment – CISCO Preferred)

Complia
Description Requirement
nce
Type of Router WAN
No of Gigabit Ethernet 4
(10/100/1000 Base-T)
Interface Ports
No Of Serial WAN Port 0
42
Type of 1G SFP 4 X 1G SFP
a) Fiber-Single Mode - 0 Copper
b) Fiber-Multi Mode – 0 Module
c) Copper – 4 No
No of 10G SFP+ Slot (Fiber) 2
No of v35 WAN Interface 0
No of E1 (G703) WAN Interface 0
Number of Gigabit Ethernet 0
(10/100/1000 Base-T ) LAN
Ports
Ethernet LAN PORT Non PoE
Packet forwarding rate (MPPS) 0
Aggregated Throughput 19700
(Mbps)
Support for Redundant Power Internal
Supply
No of 3G/4G Interface Card 0
No of Free Slots (Low density) 1
No of Free Slots (High density) 2
Routing Protocols from day-1 RIP,OSPF,BGP
,EIGRP,IS-
IS,IGRP,ERSP
AN,URPF,SCT
P,NAT,PAT,IP
SLA,
NBAR2,Bi-Di
PIM,MSDP,ML
D,BSR,Multi-
VRF

43
Network Management NETCONF/YA
Protocols NG,PnP/ZTP,
EEM,RESTCO
NF,
TACACS+,AAA
,
GNMI,gRPC,8
02.1X,SHA-
2,MD5
IPsec Throughput (Mbps) 15800
IPsec Encryption IPsec (point
to point),
DMVPN, GET
VPN,FlexVPN,
MACsec Key
Agreement
Protocol,LAN
MACsec,WAN
MACSec
Security Protocol Zone-based
firewall,IPS/S
nort,PKI,ACL,t
rustworthysy
stem,CHAP
and PAP,CA
QOS: support Class-Based Available
Weighted Fair Queuing
(CBWFQ WRED Hierarchical
QoS for Traffic Management
inspections QoS classification

44
with TCP Application traffic
Wattage (Watt) 400
Dimension / Form Factor(RU) 1
Operating Temperature Range 0 to 40
(Degree C)
Operating Humidity (RH) (%)e 5 to 85
IPv6 Ready3 IPv6: OSPF v3 and Yes
static routers ipv6 Routing
IPv6 Multicast IPv6 QoS IPv6
VPN over MPLS
On Site OEM Warranty (Year) 5
OEM Support 5 Years
24x7x365
License All the required
license for 1G
Bandwidth to be
enabled from day
one

Sr. No.11. SFP Requirements

Product Detailed Description Qty.


1000BASE-T SFP transceiver
1G copper SFP for
module for Category 5 copper 6
router
wire
10G SFP+ for
10GBASE-SR SFP Module 4
router
10G SFP+ for L3
Access Switch 10GBASE-SR SFP Module 4
Type-1

45
NOTE:
** Only OEM Accessories/Modules/Cables should be
provided with network equipment and can be consider.
** Quantity May Vary.

Sr. No.12. MySQL Database Enterprise Edition

Product Category Qty.


MySQL Enterprise Edition
Subscription (On-
Premises, 1-4 socket Software 2
server) 3 Years 24x7
Critical support
MySQL Enterprise Edition
Subscription (On-
Premises, 1-4 socket Software 4
server) 3 Years 24x7
standard support

46
Annexure – B
(Items Procurement decision will be taken on later stage)

Sr. No.13. Layer 2 Access switch (Purpose – OOB) (Qty


– 14)

Specifications Compliance
Type of Switch Managed
Technology Non PoE
Number of 1G Copper 24
Ports
Number of 10 G SFP+ 4
Port (Uplink)
Redundant Power Required
supply ( from day one)
Console Port Required
Operating System Required
Switching Capacity-Non 128
Blocking (Gbps)
Throughput (MPPS) 95.23
Dedicated Stacking Required
Port/Slot ( from day
one)
Stacking Bandwidth 80
(Gbps)
Basic Layer-3 Protocol Static routing ,Routed
Access (RIP, EIGRP
Stub, OSPF – Upto
1000 routes), PIM,
PBR, CDP, Netflow
47
Security Feature 802.1X, SPAN,BPDU
Guard,
Multidom.Auth., ACL,
Port-based ACLs,
Kerberos,
TACACS+&RADIUS
auth.,STRG, MACsec-
128, FHS
Management Protocol Telnet, SSH, SNMP (v1,
2c and 3), NTP, TFTP.
QoS Up to 8 egress
queues&2 thresholds
per port,SRR
scheduling & WTD
congestion avoidance,
802.1p CoS
Operating Temperature -5 degree to 45 degree
Range (Degree C)
Operating Humidity 5 to 90
(RH)(%)
IPv6 Ready from day Required
one and dully certified
On Site OEM Warranty 5 Year
OEM Support 5 Years 24x7x365
License All the required
license to enable the
required features
should be factored.

48
Sr. No.14. Layer 3 Access switch Type 1 (Purpose -
OOB Core) (Qty – 6)

Compli
Specifications ance
Maximum Number 12
of Access
/Downlink Ports
Type of Switch Non PoE
Number of 0
10/100/1000
Base-T Ports
Number of Multi- 0
Gigabit Ports
Number of 1 G Base 0
T Ports (Uplink)
Number of 1 G SFP 0
/ Base X Port
(Uplink)
Number of 10 G 0
Base T Port
(Uplink)
Number of 10 G 12
SFP+ Port (Uplink)
Number of 40 G 0
QSFP+ Port
(Uplink)
Number of 100 G 2
QSFP 28 Port
49
(Uplink)
Management Port Required
(RJ 45/RS
232/USB)
Operating System Required
RAM (MB) 8000
Flash Memory (MB) 16000
9K MTU Supported Yes
(Minimum)
Console Port Yes
Redundant Power Required
supply
Redundant Power Internal
Supply Type
Redundant Power Required
Supply (Hot
Swappable)
Redundant Fan Required
Redundant Fan Required
(Hot Swappable)
Number of Open 0
slot for additional
Interface Card
Dedicated Stacking Required
Stacking 480
Bandwidth (Gbps)
Switching Capacity 1000
/ Forwarding
Bandwidth (Non

50
Blocking / Line
Rate /Wired Speed)
2x (Numbers of
access ports +
Number of Uplink
Ports) (Gbps)
Throughtput / 744.04
Forwarding
Performance
(MPPS)
Layer 2 Protocols 802.1Q VLAN, LACP, STP,
MSTP, VxLAN, IEEE
802.3x, VLAN
Number of VLAN 512
Supported
Number of VLAN 4000
IDs Supported
Number of IPV4 20000
Routes
Number of IPV6 15000
Routes
Number of Mac 32
Address Supported
(k)
Basic Layer-3 Static Routing, RIPv1,
Protocol from day 1 RIPv2, BGP, OSPFv2,
OSPFv3, RIPng, PBR
Advance Layer-3 OSPFv2, OSPFv3, PBR,
Protocol from day 1 BGP,BGP4,IS-IS,PIM-
SM,PIM-SSM
51
Premium Layer-3 MPLS, BGP,IS-IS,PIM-
Protocol from day 1 SM,PIM-
SSM,VRF,VXLAN,mVPN,VR
RP,EVPN,MPLS L3 VPN
Security Feature RA
Guard,,DHCPSnooping,Dyn
amic ARP
Inspection,ACL,802.1x,RA
DIUS/
TACACS,PortSecurity,IGM
P snooping,MACSEC-256
Management GUI,CLI,SNMPv2/
Protocol V2C,SNMPv3
QoS 802.1p,WRED/
WTD,Shapincg,Policing /
Rate Limiting,Strict
Priority Queueing or Low
Latency Queueing
PoE Power Budget 0
(Watt)
Dimension / Form 1
Factor (RU)
Certification RoHS
MTBF (Year) 7
Minimum -5
Operating
Temperature
(Degree C)
Maximum 45
Operating
52
Temperature
(Degree C)
Minimum 5
Operating
Humidity (%RH)
Maximum 90
Operating
Humidity (%RH)
IPv6 Ready from Required
day 1
On Site OEM 5
Warranty (Year)
OEM Support 5 Years 24x7x365
License All the required license to
enable the required
features should be
factored.

Sr. No.15. 48 port Leaf Switch (Qty – 4)

Complianc
Specifications e
No of SFP/SFP+ 48
Ports
Type of SFP Port 10G
Support for 10 G No
SFP+ Port (Uplink)
Number of 10G 0
SFP+ Port (Uplink)
53
Support for 40G Yes
(QSFP+)(Uplink)
No. of 40 G QSFP+ 6
Port (Uplink)
Support for 100 G Yes
QSFP+ Port
(Uplink)
No. of 100 G QSFP+ 6
Port
Support for Active No
High Availability
Redundant Power Required
supply
Console Port Required
Management Port Required
(RJ 45)
No. of FAN Tray 4
No. of Open slot for 0
additional
Interface Card
Operating System Required
Stacking Port/Slot No
from day one
Switching Capacity 3600
(Non
Blocking)(Gbps)
Throughput 1200
(MPPS)
Advance Layer-3 1000VRF,BGP,VXLAN
Protocol
54
Security Feature MACSEC,NetFlowv9,N
AT
Management TACACS,RADIUS,SSH
Protocol v2,ERSPAN
QoS 40MB Buffer ,(ECN),
queuing
Wattage (Watt) 260
Dimension / Form 1
Factor(RU)
Operating 0 degree to 40 degree
Temperature
Range (Degree C)
Operating 5 to 95
Humidity (RH) (%)
IPv6 Ready from Yes
day one and dully
certified
On Site OEM 5
Warranty (Year)
OEM Support 5 Years 24x7x365
License All the required license
to enable the required
features should be
factored.

Sr. No.16. 36 port Spine Switch (2 qty)

Specifications Compliance
Type Of Core Switch Non Chassis Based
55
No. of Interface Slots 36
No. of 0
MPU/SUP/Fabric
Slots (with
redundancy)
No. of Power supply 2
(with redundancy)
No. of FAN Tray 4
No. of 1G/10G SFP+ 0
Port
No. of 1000 base-T 0
Ports
Support for 40G Yes
QSFP+ Port
Number of 40G Q 0
SFP+ Port
Support for 100G Yes
QSFP+ Port
Number of 100 G 36
QSFP+ Port
Console Port Required
Modular OS Required
Support for virtual No
Chassis
Switching Capacity 12000
(Gbps)
Throughput (bpps) 4000
Advance Layer-3 VXLAN,OSPF,GRE
Protocol
Security Feature TACACS/Radius,ACL
56
Management Telnet, SSHv2,
Protocol SNMPv3, CLI
QoS Weighted Random
Early Detection,
Strict Priority
Queuing, Policing,
COS, DSCP, 802.1P
Dimension/ Form 2
Factor(RU)
Wattege (Watt) 1100
Operating 0 to 40 degree
Temperature
(Degree C)
Operating Humidity 5 to 85 %
(RH)(%)
IPv6 Ready Yes
On Site OEM 5
Warranty(Year)
OEM Support 5 Years 24x7x365
License All the required
license to enable the
required features
should be factored.
OEM MAF The bidder should
submit bid specific
OEM MAF certificate

57
Sr. No.17. SFP Requirements

Specification Category Module Type Qty


10G SFP+ for OBB 10GBASE-SR SFP
Hardware 28
Access Switch Module
10G SFP+ for OBB 10GBASE-SR SFP
Hardware 72
Core switch Module
10/25G SFP+ for 10/25GBASE-
Hardware 192
leaf switch CSR SFP Module
100G and
40GBASE SR-
40/100G QSFP+
Hardware BiDi QSFP 8
for leaf switch
Transceiver, LC,
100m OM4 MMF
100G and
40GBASE SR-
40/100G QSFP+
Hardware BiDi QSFP 24
for spine switch
Transceiver, LC,
100m OM4 MMF

** Only OEM Accessories/Modules/Cables should be


provided with network equipment and can be consider.
** Quantity May Vary.

58
Make and Model - Annexure-B

Item Type Description Qty Make Model


No
1. Server Ceph Storage Node 3
Type 1.
2. Server Ceph Monitor Node 2
Type 2.
3. Server Ceph Compute Node 2
Type 3.
4. Server Ceph Compute Node 2
Type 4.
5. Technical Type 1
support
for
Apache
Cloud
stack
Technical Type 2
support
for
Apache
Cloud
stack
6. RDP CAL WindowsServer2022 20
licenses RemoteDesktopServi
ces - 1UserCal)
7. Window Microsoft Windows 6
Server Server Data Center
2022 License 16 Core

59
2022 pack (perpetual
License license)
Window Microsoft Windows 144
Server Server Data Center
2022 2022 License 2 Core
License pack (perpetual
license)
8. Backup Backup Software 1
software license 50 TB
Capacity license
9. Switch Layer 3 Access 2
switch Type 2
10. Router WAN Router 2
11. SFP 1G Single mode SFP
6
for router
SFP 1G copper SFP for
6
router
SFP 10G SFP+ for router 4
SFP 10G SFP+ for L3
4
Access Switch Type-2
12. MySQL MySQL Enterprise
Enterprise Edition Subscription
Edition (On-Premises, 1-4
2
socket server) 3
Years 24x7 Critical
support
MySQL MySQL Enterprise
Enterprise Edition Subscription
4
Edition (On-Premises, 1-4
socket server) 3
60
Years 24x7 Standard
support
13. Switch Layer 2 Access 14
switch
14. Switch Layer 3 Access 6
switch Type 1
15. Switch 48 port Leaf Switch 4
16. Switch 36 port Spine Switch 2
17. SFP 10G SFP+ for OBB
28
Access Switch
SFP 10G SFP+ for OBB
72
Core switch
SFP 10/25G SFP+ for leaf
192
switch
SFP 40/100G QSFP+ for
8
leaf switch
SFP 40/100G QSFP+ for
24
spine switch

61
Financial Bid

Financial Bid should be in the attached Template & in the


sealed envelopes.

Note:
1. All the equipment’s should be quoted with 5 Year
Onsite Warranty.
2. Prices should be quoted in the above defined
template.
3. Any other information can be informed as asterisk
below the pricing template.
4. In case of arithmetical mistakes grand total would be
counted as final value and L1 would decide based on
Grand total value.

62
Bid Opening & Closing Details
Bid Last Date 5th October 2023 / 17:00PM
Bid Opening Date/Time 8th October 2023
Pre Bid Queries 30th Sep 2023
EMD Detail No
PBG Yes
Duration of PBG 12 Months

Submission Address –
CSC e-Governance Services India Limited, Plot # 238,
Okhla Industrial Area, Phase – 3, New Delhi - 110020

Contact Details:
Name: [email protected]
Mobile: +91 9871887100

--------End of the Document---------

63

You might also like