ESIC IT Project Panchdeep (Tender-II). · For its IT Project Panchdeep , it has Data Centre at...
Transcript of ESIC IT Project Panchdeep (Tender-II). · For its IT Project Panchdeep , it has Data Centre at...
Page 1 of 37
Advertisement to be uploaded on website
Employees State Insurance Corporation Panchdeep Bhavan, CIG Road,
New Delhi – 110002
Email: (1) [email protected]
Request for Proposal for Renewal of EXISTING Technical Support for Various IT Assets (Softwares/
Middlewares/Hardwares) of Various OEMs Implemented in the Data Centre and Disaster Recovery Centre of
ESIC IT Project Panchdeep (Tender-II).
ESIC (Employees State Insurance Corporation),is an autonomous organization under Ministry of Labour and Employment, Government of India having its presence across India. For its IT Project Panchdeep , it has Data Centre at Delhi, a Data Recovery Centre at Hyderabad, and a country wide network connecting 2200 field offices. ESIC now wants to Renew of EXISTING Technical Support for Various IT Assets (Softwares/
Middlewares/Hardwares) of Various OEMs Implemented in the Data Centre and Disaster Recovery Centre of ESIC
IT Project Panchdeep.
In this reference, bids are invited from OEMs if they are authorized to quote otherwise from their authorized Resellers for Renewal of Technical Supports. The complete tendering process would be undertaken online through the e-procurement site.https://eprocure.gov.in The bidders are required to download tender document from the above website for participation in the tender. Since this tender shall be conducted electronically. The Tender documents can be downloaded free of cost from the website https://eprocure.gov.in Any information to the bidders on this bid and any other information will be uploaded on this website only. The bidders are advised to visit the website https://eprocure.gov.in regularly for updates and download the details and respond to the tenders on a regular basis. Similarly, any corrigendum or extension of dates or change in specifications or any other information will be uploaded for information of the bidders/public on this website only. No separate individual letters/ E-Mails shall be sent regarding this.
Page 2 of 37
Employees’ State Insurance Corporation (ESIC),
Panchdeep Bhavan, CIG Road,
New Delhi – 110002.
TENDER NO. …...………………………….
Request for Proposal for Renewal of EXISTING Technical Support for Various IT Assets (Softwares/
Middlewares/Hardwares) of Various OEMs Implemented in the Data Centre and Disaster Recovery Centre of
ESIC IT Project Panchdeep (Tender-II).
Page 3 of 37
TABLE OF CONTENTS
Sl.
No. Content Page No.
1 Important Dates/Fact Sheet 4
2 PART- I :General Conditions 5
3 PART-II :Technical Bid 11
4 PART-III :Financial Bid Form and L1 Selection Criteria for each OEM / Software/Middleware
13
5 Annexure-1- Bid Signing Authority Letter 15
6 Annexure-2- Letter of Terms & Conditions Acceptance 16
7 Annexure-3- Declaration regarding Blacklisting of bidder. 17
8 Annexure - 4 -Certificate to be submitted by Bidder : Lowest cost certificate 18
9 Annexure-5-Details of EXISTING Technical Support Required for each
OEM/Software/Middleware
19
10 Annexure-6- Detail of Tender Items 36
11 Annexure-7 OEM wise EMD and Turnover Amounts 37
Page 4 of 37
IMPORTANT DATES/FACT SHEET
Request for Proposal for Renewal of EXISTING Technical Support for Various IT Assets (Softwares/
Middlewares/Hardwares) of Various OEMs Implemented in the Data Centre and Disaster Recovery Centre of ESIC
IT Project Panchdeep (Tender-II) - Important Dates / Fact Sheet.
Date of publication/ uploading the Tender document on the website https://eprocure.gov.in 31/10/2019 (Thursday)
Last date and time of uploading of tender bids. 21/11/2019 (Thursday ) 14:00
Prebid Meeting 07/11/2019 (Thursday ) 14:30
Date, time and venue of online opening of the Technical Bids. 22/11/2019 (Friday) 15:00 Venue: Conference Hall, 5th Floor, Panchdeep Bhavan, ESIC Headquarters, CIG Road, New Delhi -110002
Opening of Financial bids To be announced later
Bid validity from the date of submission. 90 days, subject to increase in the validity date by mutual consent.
Number of bidders to be selected. Only one bidder will be selected for each OEM/IT asset/Software/Middleware/Hardware.
Earnest Money Deposit(EMD) and Turnover
OEM has to Submit EMD online as per instructions given in clause 3 of this RFP. ESIC will not pay any interest on EMD amount. EMD AND TURNOVER amounts OEM wise are as indicated in Annexure 7.
Address, email and phone number for communication.
Employees’ State Insurance Corporation (ESIC),Panchdeep Bhavan, CIG Marg, New Delhi 110002,
Dy Director (Infra), ESIC , Email: [email protected]
Page 5 of 37
Request for Proposal for Renewal of EXISTING Technical Support for Various IT Assets (Softwares/
Middlewares/Hardwares) of Various OEMs Implemented in the Data Centre and Disaster Recovery Centre of
ESIC IT Project Panchdeep (Tender-II).
Employees' State Insurance Corporation of India (ESIC) is an integrated social security system tailored to provide
social protection to workers, immediate dependent or family, in the organised sector, in contingencies, such as,
sickness, maternity and death or disablement due to an employment injury or occupational hazard. To serve the
industry workers, ESIC has regional centres, hospitals and wellness centres in various states.
For its IT Project Panchdeep , it has Data Centre at Delhi, a Data Recovery Centre at Hyderabad, and a country wide network connecting 2200 field offices. ESIC now wants to Renew EXISTING Technical Supports for Various IT Assets (Softwares/
Middlewares/Hardwares) of Various OEMs Implemented in the Data Centre and Disaster Recovery Centre of ESIC
IT Project Panchdeep from the OEMs/their Authorised Resellers.
The tender document consists of three parts:
I) General Conditions II) Technical Bid
III) Financial Bid Form I-General Conditions Name of the Bid: Request for Proposal for Renewal of EXISTING Technical Support for Various IT Assets
(Softwares/ Middlewares/Hardwares) of Various OEMs Implemented in the Data Centre and Disaster Recovery
Centre of ESIC IT Project Panchdeep (Tender-II).
1. The Bids should be submitted online in two parts, the ‘Technical Bid including General Conditions’ and the ‘Commercial Bid’. The Technical bid should be complete in all respects and contain all information asked for except prices.
2. Earnest Money Deposit (EMD):
EMD for this tender is mentioned in Annexure-7 in respect of each OEM/IT Asset(Software/Middleware/Hardware) for which bidder is submitting his bid. All the bidders are required to submit Earnest Money online in respect of each OEM/IT Asset. EMD should be valid for 3 months from the date of bid submission.
3 . Proposals not accompanied with the EMD, shall be summarily rejected.
3.1 The Applicants shall deposit Earnest Money Deposit (EMD) through NEFT/ECS/RTGS/CBS in
Syndicate Bank, Indraprastha Estate Branch, New Delhi-110002, A/c No. 90172010131946, IFSC
Code- SYNB0009017, MICR 110025021, and Account Name- Employees’ State Insurance
Corporation, payable on or before last day of closure of Tender.
After making the payment, Applicant must send an E-mail at [email protected] mentioning
about the payment details such as UTR No., Company Name, and Payment towards ESIC
EMD, Tender ID and Tender Title. Failure to send remittance detail to the email id on or before
the bid closing time and date may lead to non-consideration of tender.
3.2 The EMD can also be submitted as BG/Demand Draft (DD) in favour of Employee’ State Insurance Corporation, New Delhi and valid for three months from the tender bid submission date. In this case a copy of BG/DD is to be uploaded along with the technical bid and original BG/Demand Draft should be submitted to ESIC on or before the bid closing time and date.
Page 6 of 37
3.3 No EMD is required to be furnished, if the bidder is a MSME as defined in the MSME procurement policy by the Ministry of MSME, Government of India for the tendered Technical Services/Products. In this regard Bidder has to upload MSME Certificate/ document under Part II-
Technical Bid and others.
3.4 ESIC will refund the EMD to all the unsuccessful Applicants after approval of Evaluation
Committee Report. No interest shall be payable on the EMD amount.
3.5 EMD of successful bidder shall be returned only after it has accepted Work order and successfully executed the same.
3.6 ESIC reserves the right to forfeit the EMD if the Applicant fails or refuses to accept the offer from
ESIC or refuses to accept any of the terms of the tender.
4 Authorized Signatory:
The bid can be submitted online by the prospective eligible bidder.The Bid shall have to be submitted only under the active Digital Signature of the authorized official of the bidder. The authorized official will have to upload the Letter of Authority/ the Power of Attorney (POA) duly executed by the bidder mandatorily; otherwise the offer is liable to be considered null and void at any stage as per decision of ESIC. This POA shall empower the authorised official for all actions related to this bid as required from time to time. All actions by the representative in relation to this bid shall be binding on the Organization on behalf of whom the bid is submitted.
5 Caution: This is an e-tender and No document shall be considered offline/physical hard copies except copy of
original EMD BG/DD.
6 Before uploading the tender documents for online bid, the authorized signatory ( o f f i c i a l
r e p r e s e n t a t i v e ) of the Bidder is required to sign mandatorily on all the pages of the technical bid and
financial bid as a token of acceptance of all the terms and conditions of the tender.
7 The Bid submitted by the Bidder, all correspondence and documents relating to the bid exchanged by the Bidder
and ESIC shall be written in the English language.
8 The bid form which is to be filled by the bidder should be downloaded from the website https://eprocure.gov.in
and no attempt should be made for any changing or correcting it in any manner. It is clarified that only the
conditions as appearing in the original bid form as downloaded from the above site will be treated as valid. If there
are any changes/ corrections in the form, then it is liable to be considered invalid and bid shall be rejected.
9 Interpretation and decision by ESIC on the terms and conditions of the tender will be final and binding.
10 ESIC reserves the right to call for any clarification / papers required for scrutiny from anyone including the
Bidder.ESIC is free to take any clarification or document or certificate from the associated banks and other agencies
for scrutiny purpose or for deciding on the bid.
Further ESIC has the right that at any time before submission of Technical Bid, ESIC may, for any reason, whether at its own initiative or in response to a clarification request from a Bidder, carry out amendment(s) to the Bid document/ Bid process. All amendment(s) if any what so ever till the last date of tender bid submission shall be made available on the website : https://eprocure.gov.in and shall be binding on the bidders. The bidders are requested to regularly visit the website: https://eprocure.gov.in for any information. The final revised conditions, if any, as indicated in the corrigendum/ amendments/ clarifications/ extension/ changes regarding this tender as uploaded on the said website will be binding and may form a part of the WO/agreement.
Page 7 of 37
11 The process:
a. The Technical bids shall be declared open as per the schedule given in the “Important Dates”. b. A Tender Opening Committee of ESIC, duly constituted by the Competent Authority, shall be present
for opening of the bids. c. The bid shall be opened in simultaneous online in the presence of the bidders. d. The Financial Bid shall not be opened on the day of opening of Technical Bids. e. After declaration of opening of the technical bids, evaluation of the technical eligibility of the Bidders
shall be carried out by the ESIC’s Technical Evaluation Committee (TEC). Thereafter, a Technical Evaluation Report shall be prepared which shall detail the qualified/ disqualified bidders. The decision regarding qualification/ disqualification of the Bidders shall rest with ESIC and shall be final and binding on the bidders.
f. Thereafter, the date of opening of the Financial Bid shall be intimated to the qualified bidders only. This would be informed through posting on the website https://eprocure.gov.in
g. No separate intimation shall be sent. The bidders are advised to regularly visit the aforesaid website. h. The Financial Bids shall thereafter be opened by a Tender Opening Committee of ESIC as per
mechanism set in the e-tenders. i. The Financial Bids shall be opened in simultaneous online presence of the intending bidders. j. It is clarified that the Financial Bids shall not be opened/ not be valid, of the Bidders who do not
qualify in the Technical bids. k. A pre bid meeting will be held as per schedule given under the Important Dates/Fact Sheet.
l. This is a common tender for the various IT Assets (Softwares/Middlewares/Hardwares) of various
OEMs providing Technical Service to ESIC IT project Panchdeep. Bidders have to submit separate Bid for each IT Asset (Softwares / Middlewares/Hardwares) of the OEMs. Each bid will be independent and will be evaluated as an independent bid and Work Order will be issued separately for each OEM /IT Asset. The Items of TECHNICAL SUPPORT for each OEM/ IT Asset are enclosed at Annexure-5.1.
12.1 Delivery: A Work Order will be placed on the finalized bidder. The bidder has to organize the necessary
documents for Bill of Material given in Annexure 5.1 as prescribed by the respective OEMs to start the Technical
Services to ESIC. Only after such documents are transferred to ESIC and Technical Support to ESIC becomes
functional, bidder will submit invoice to ESIC which will be paid within 30 days from the date of submission of the
invoice to ESIC.
12.2 Delay: (i) The bidder has to complete the work order with in10 days from the date of work order.The EMD
of the bidder will be confiscated if bidder defaults in any manner.
12.3 ESIC reserves the right:
i) To accept in its sole and unfettered discretion any tender for whole or part quantities/ part work. ii) To place adhoc order simultaneously or at any time during the period of the contract. iii) ESIC does not bind itself to accept the lowest or any tender to assign any reason for non-acceptance of
the same. iv) ESIC reserves right to change quantities/number of licences. v) ESIC reserves right to cancel bids for whole or individual items without assigning any reason.
13 Negotiation: Generally, no negotiations would be carried out. However, if deemed fit as per GFR, negotiation
may be carried out only with the lowest bidder.
14 Availability of requisite permissions and licenses and compliance with the statutory provisions:
i. Valid registrations viz., Company registration certificate, GST Registration, Pan Registration, and any other registration/ certificate as applicable as per tender requirement should be available with the bidder at the time of bid submission and submitted with bid submission and be produced as and
Page 8 of 37
when required. ii. OEM Authorisation from the OEM authorizing the bidder for submission of bid against this tender in clear
terms.
15 Blacklisting/Debarring: The bidder merely by filling up of the tender confirms that the bidder has not been blacklisted / debarred by any government department, Reserve Bank of India, nationalized bank, or any Public Sector Unit or government body. The bidder is advised not to fill in the tenders if they have been blacklisted or debarred by any of the government agencies. If found during execution of WO, the EMD any other amount pending with ESIC will be confiscated and WO cancelled.
16 False Information: In case if it is found that the bidder has not given the correct information and flouted any
condition, or the bidder does not have all the appropriate licenses and all the statutory permissions, whatsoever required, to carry out the activity as required in these tenders and allied works then ESIC reserves the rights to cancel the work order issued to him and award his quantum of work in the manner as deemed fit. This can be done at any stage. In such a situation, the EMD/security deposit will be confiscated and WO cancelled.
17 Indemnity: Further, by submitting this bid, the bidder indemnifies ESIC for any of the consequences arising out
of unavailability of any of the requisite permissions/ licenses / insurances / any other statutory permission whatsoever required for carrying out this work. Also by submitting this bid, the bidder indemnifies ESIC for any of the consequences arising out of noncompliance of any of the conditions laid by the statute for bidders. in carrying out this work.
18 Claim for increase in rates: Any claim for increase in rates on account of any reason whatsoever shall not be
entertained for the period as stipulated in the WO/agreement.
19 Termination of Contract: In case it is found that the work/ services is not as per requirement, timelines, then ESIC retains the right to terminate the Contract with the selected bidder and in such case, the bidder will not be entitled to claim any damages from ESIC or make any claim for fees in respect of such unsatisfactory / substandard services. The EMD of the bidder will also be confiscated.
20 Usage of data / documents / information: Only if applicable to this tender, the Bidder shall ensure that
the documents , data, information etc if imparted by ESIC or if come to the knowledge of the bidder, are / is not used or permitted to be used in any manner (directly or indirectly) incompatible or inconsistent with that authorized by ESIC in writing. The confidential information will be safeguarded, and the Bidder shall take all necessary actions to protect ESIC’s, its customers, and Government of India’s interest against misuse, loss, destruction, alterations or deletions thereof. Any violation of the same will be liable for action under the law which shall entitle ESIC to claim damages from the bidder apart from taking action under the appropriate Law. This is an irrevocable condition and it will continue to be in force even if the agreement between the bidder is terminated with ESIC.
21 Jurisdiction: All matters pertaining to the present bid / tender / quote, shall be subject to the jurisdiction of
the courts in Delhi only.
22 Submission of bills and terms & conditions of payment: On the basis of Work Order, bidder will provide all the documents, Terms and conditions of the technical support from the OEM. After signing of agreement and acceptance of Technical Support documents by ESIC, the bidder will submit invoices which will be paid with in30 days from the date of submission of the invoices.
23 Nomenclature: In the said tender, the bidder or the bidder or the contractor or the supplier or the service
provider or the company have the same meaning with reference to the context. As also, reference to any gender covers both the genders and reference to singular also covers plural.
24 Corrections:
i. The Bidder must stamp and initial all pages and sign all forms at the end. The Bidder’s participation in the
Page 9 of 37
bid shall be deemed to imply unqualified acceptance of the Terms and Conditions.
ii. ESIC reserves the right to call for further information / documents/ break-up of rates, taxes, etc. to decide on the tenders.
iii. Corrections, if any, in the bid should be attested by the bidder.
25 The bidder will submit OEM Authorization Certificate along with the bid else his bid will be out rightly rejected.
26 All bidders agree with ESIC for honoring all aspects of fair trade practices in executing the work orders placed by ESIC.
27 The award of bid under this tender is not assignable by the selected bidder. The selected bidder shall not assign
its contractual authority to any other third party. The bidder should not assign or sublet the work order or any part of it to any other party. If found doing so, shall result in termination of Work Order and forfeiture of EMD Deposit.
28 Taxes (All Duty & taxes): The bids shall be compared inclusive of all the applicable taxes, duties and any other
outgoing payable to any authority.
29 Bidding Cost The bidder shall bear all costs associated with the preparation and submission of their bids. ESIC will, in no
case, be responsible or liable for those costs, regardless of the outcome of the tendering process.
30 Force Majeure
If at any time, during the execution of the WO, the performance in whole or in part by either party of any
obligation under the WO is prevented or delayed by reasons beyond the control of a party such as war, hostility, acts
of public enemy, civil commotion, sabotage, fires, floods, explosions, epidemics quarantine restrictions, strikes,
natural calamities, lockouts, acts of state or acts of God (hereinafter referred to as "events"), provided notice of
happenings of any such event is duly endorsed by the appropriate authorities/chamber of commerce in the country
of the party giving notice, is given by party seeking concession to the other as soon as practicable, but within 21 days
from the date of occurrence and termination thereof, neither party shall, by reason of such event, be entitled to
terminate the WO nor shall either party have any claim for damages against the other in respect of such non-
performance or delay in performance, and deliveries under the WO shall be resumed as soon as practicable after
such event has come to an end or ceased to exist, provided further, that if the performance in whole or in part or
any obligation under the WO is prevented or delayed by reason of any such event for a period exceeding 60 days,
ESIC may at its option, terminate the WO. Neither Party shall be liable for any failure or delay in the performance of
its obligations under the contract or Work Orders hereunder to the extent such failure or delay or both is caused,
directly, without fault by such Party, by reason of such event. ESIC shall however, be responsible to pay the selected
bidder for the services successfully rendered to the satisfaction of ESIC/user department under the work orders/
purchase orders issued pursuant to the contract.
31 Dispute Resolution
The Bidder and ESIC shall endeavour their best to amicably settle, by direct negotiation, all disputes arising out
of or in connection with the WO. In case any dispute between the Parties, does not settle by negotiation, the same
may be resolved exclusively by arbitration and such dispute may be submitted by either party for arbitration.
Arbitration shall be held in New Delhi and conducted in accordance with the provisions of Arbitration and
Conciliation Act, 1996 or any statutory modification or re-enactment thereof. Each Party to the dispute shall appoint
Page 10 of 37
one arbitrator each and the third to be appointed by the Ministry of Electronics and Information Technology,
Government of India.
The “Arbitration Notice” should accurately set out the disputes between the parties, the intention of the
aggrieved party to refer such disputes to arbitration as provided herein, the name of the person it seeks to appoint
as an arbitrator with a request to the other party to appoint its arbitrator within 45 days from receipt of the notice.
All notices by one party to the other in connection with the arbitration shall be in writing and be made as provided
in this tender document.
Each Party shall bear the cost of preparing and presenting its case, and the cost of arbitration, including fees and
expenses of the arbitrators, shall be shared equally by the Parties unless the award otherwise provides. The Bidder
shall not be entitled to suspend the Service/s or the completion of the job, pending resolution of any dispute
between the Parties and shall continue to render the Service/s in accordance with the provisions of the
Contract/Agreement/WO notwithstanding the existence of any dispute between the Parties or the subsistence of
any arbitration or other proceedings.
32 In the event of any third party raising claim or bringing action against the ESIC including but not limited to action
for injunction in connection with any rights affecting the services provided by the Bidder covered under the Work
Order or the use thereof, the Bidder agrees and undertakes:
a. To defend and / or to assist the ESIC in defending at the Bidder’s cost against such third party’s claim and / or actions
and against any law suits of any kind initiated against the ESIC.
b. To indemnify, keep indemnified and hold harmless the ESIC against all actions, claims, demands, costs, charges and
expenses arising from or incurred by reason of any infringement of patent, trade mark, registered design, copy rights
and/ or intellectual property right of any third party or parties in connection with use of the solution provided by
the Bidder whether or not the ESIC is held liable by any court judgment.
33. General Instructions for Technical Bid: In the Technical Bids authorization certificates / documents are required. If bidder fails to provide any of the relevant requested document / certificate as required in the tender, they would be technically disqualified.
a) The Bidder must stamp and initial all pages and all forms at the end of this document. The Bidder’s signature on the bid shall be deemed to imply unqualified acceptance of the Terms and Conditions of the tender. b) The bidder should submit the following required scanned copies of Certificate/ Documents/
Information;
i. The Bidder must have been in existence for last three years (2016-17, 2017-18, and 2018-19). The Company Registration/certificate of incorporation to be submitted. This Certificate shall be submitted online alongwith the Technical bid.
II. Company Turnover is as indicated in Annexure 7 in each of the last 3 financial years i.e. 2016-17, 2017-18 and 2018-19. This must be the individual company turnover and not that of any group of companies. The necessary supporting documents like profit and loss Account & Balance Sheet, to this effect should be submitted online along with the Technical bid. In case Balance Sheet for 2018-19 is not complete, CA certified turnover and profit and loss may be submitted for 2018-19. Further, in this case if bidder submits bid for more than one IT Asset/OEM, he has to send EMD for that number
of OEMs and also the turnover will get added for each OEM. Bidder also has to submit OEM's Authorisation
Certificate for IT Asset/OEM. For example, if a bidder submit bid for Dell EMC and Nexpose, EMD amount
will be Rs. 1.15 Lakhs and turnover amount will be Rs. 1.7 Crores. Also bidder has to submit OEM Authorisation
Certificate from Dell EMC and Nexpose.
34. Evaluation: Each IT Asset/OEM bids will be treated as separate bids and will be evaluated as independent bids. Bids of those bidders satisfying the tender criteria requirements will be considered for evaluation. The financial bid of the technically qualified bidders will be evaluated IT Asset/OEM wise on the basis of lowest amount quoted for an OEM.
Page 11 of 37
II Technical Bid
Senders name & address:
_________________________
_________________________
Dated: _________________
The Finance Commissioner, ICT Division, ESIC Hqrs. Panchdeep Bhavan, CIC Marg, New Delhi-110002
Sir,
Technical Bid for Renewal of EXISTING Technical Support for Various IT Assets (Softwares/
Middlewares/Hardwares) of Various OEMs Implemented in the Data Centre and Disaster Recovery Centre of ESIC
IT Project Panchdeep (Tender-II).
TO BE SUBMITTED SEPARATELY FOR EACH OEM.
I/We refer to the e-tender No. ------------- released by ESIC in the ESIC e-tender portal on _____________ and I/We/ the undersigned am/are submitting this online Bidfor for Proposal for Renewal of EXISTING Technical Support for Various IT Assets (Softwares/ Middlewares/ Hardwares) from various OEMs implemented in the Data Centre and Disaster Recovery Centre of ESIC IT Project Panchdeep (Tender-II)on the terms and conditions as mentioned in the online document as available on the website: https://eprocure.gov.in
I / We are an OEM / OEM Authorized Channel Partner and our detail is submitted herein.
Sr.No. Description Details (as applicable)
1 Name of Company
2 Address of Registered Office /Head Office
Locations of Branch/Support Offices
3 Contact Details:
(a) Name and Designation of the Administrative contact person.
(b) Telephone no. with STD code
(c) Mobile No.
(d) Fax No.
(e) e-mail
(f)Name and Designation of the Technical contact person.
(g) Telephone no. with STD code
(h) Mobile No.
(i) Fax No.
(j) e-mail
Page 12 of 37
Website of the Company
4 Type of the bidder: A) A private business entity, limited company or limited liability partnership or partnership etc. B) Public Sector Undertaking (Indian Government or State Government Company).
5 Date of Establishment and Certificate of Incorporation / Shop Establishment Certificate (Submit the Certificate as Online Document)
6 Turnover (as per Annexure-7 and Clause 34b(II) ) and the entity should be a profit entity for all the Years. The Turnover and profit should be satisfied for each of the financial year indicated below. (Rs. Crores) a) FY 2016-17 b) FY 2017-18 c) FY 2018-19 (Provide a copy of annual accounts containing profit and loss Account , Balance Sheet. (Submit the Certificate as Online Document)
Financi
al Year
Turnover
(Rs.
Crores)
Profit (Rs.
Crores)
2016-17
2017-18
2018-19
7 MSME Registration for the tendered items for availing EMD exemption. (Submit the Certificate as Online Document)
8 PAN No. (Submit the Certificate as Online Document)
9 GST Registration Certificate (Submit the Certificate as Online Document)
10 The duly filled Annexure- 1 regarding bid signing authority. (Submit the given Annexure-1 as Online Document)
11 Letter of Acceptance of all terms and conditions (Submit the Annexure-2 as Online Document & Format attached as Per Attached Format)
12 Certificate that the bidder has not been blacklisted / debarred by any government organization or any regulatory authority in India. (Submit the Annexure-3 as Online Document)
13 Annexure - 4 Certificate to be submitted by Bidder : Lowest cost
certificate
14 Annexure - 6 Items Quoted against the Bid.
15
OEM’s Authorization Certificate (Submit the Certificate as Online Document)
16 Any other document
17 Financial Bid Form (Submit the signed and stamped bid document online) as per PART III)
Submitted:- YES / NO
Offline Documents- NO bid Documents are required to be submitted offline. However EMD documents such as BG/DD or any other related document may be submitted at Room No. 216, ICT Division, Employees State Insurance Corporation, Panchdeep Bhavan, CIG Road, New Delhi –110002 before the bid closing time and date.
Page 13 of 37
PART III
COMMERCIAL BID FORM (On Bidder’s Letter Head) TO BE FILLED SEPARATELY FOR EACH OEM/Software/Middleware
Name of OEM: Name of Authorised Bidder : Commercial Bid Form for ESIC Tender No. _________ for Request for Proposal for Renewal of Technical Support
for Various Softwares/ Middlewares Implemented in the Data Centre and Disaster Recovery Centre of ESIC Project
Panchdeep (Tender-II).
Table-1 Detailed Breakup of the Product wise Quote (TO BE SUBMITTED AS PDF FILE WITH COMMERCIAL BID).
Name of IT Assets (Softwares/ Middlewares/Hardwares):
Period of support/Renewal : One Year- from (date) to (Date)
OEM Name:
Bidder Name:
Sl.
No.
Price Detail Component wise/ Sub
Head/Items which has a separate price.
(if there are more than one subheads then
subhead wise total must be given. Here
Subhead means comprising number of items
to make one product)
Qty Annual
Unit
Basic
Price
Applicable
Taxes/GST
Total
Cost
inclusive
of Taxes
(Cols 4+
5)
Grand
Total
cost
(Cols 3 X
6)
1 2 3 4 5 6 7
1
2
3
4
5
Grand Total Price
Grand Total Price in words.
Page 14 of 37
Table-2- Grand Total Price of the Proposal
Name of IT Assets (Softwares/ Middlewares/Hardwares):
Period of support/Renewal : One Year- from (date) to (Date)
OEM Name:
Bidder Name:
Sl.
No.
OEM/Name of IT Assets (Softwares/
Middlewares/Hardwares)
Grand Total cost in Rs. and in words.
(Enter here Grand Total Price given under Col 7 of Table-1).
1 2 3
1
2
3
4
5
6
7
1. Bidder can quote for items for which he has OEM Authorization and submitted EMD for the same. 2. Selection Criteria: Bidder quoting the lowest Grand Total Price for a particular OEM will be declared as L1
bidder for that OEM. There can be different bidders selected for different OEMs. 3. Evaluation of the price bid will be done on the basis of Grand Total Price and not on individual items,i.e. as
per quote given in Table-2, 4. The amount quoted in words will be taken as bid amount if it differs from the amount in numeric. In case
amount in words is less than amount in numeric, price of individual items will be reduced prorate basis. Date: Signature: Name: Designation: Seal of the Company
Page 15 of 37
Annexure - 1
Signing Authority Letter
Date: - To, The Finance Commissioner, ICT Division Employees State Insurance Corporation Panchdeep Bhavan, CIC Marg, New Delhi - 110002
Subject: Signing Authority Letter
Dear Sir,
This is with reference to the ESIC Tender No. ……………………..for “Request for Proposal for Renewal of Existing
Technical Support for IT Assets (Softwares/ Middlewares/Middlewares) of variousOEMs Implemented in the Data
Centre and Disaster Recovery Centre of ESIC IT Project Panchdeep (Tender-II)” due on (Please specify tender due
date)
We hereby authorize (Name of the bidder’s official with designation) to sign the said bid on the behalf of (Name of
the Bidder Company).
For (Name of the Bidder Company)
Authorized Signatory
(Company Seal/ Stamp)
Page 16 of 37
Annexure - 2
Letter of Terms & Conditions Acceptance, Date
To, The Finance Commissioner(ICT Division ) Employees State Insurance Corporation Panchdeep Bhavan, CIC Marg, New Delhi - 110002
Subject: Letter of Terms & Conditions Acceptance.
Dear Sir,
This is with reference to the ESIC Tender No. ……………………..for “Request for Proposal for Renewal of Existing
Technical Support for IT Assets (Softwares/ Middlewares/Middlewares) of various OEMs Implemented in the Data
Centre and Disaster Recovery Centre of ESIC IT Project Panchdeep (Tender-II)” due on (Please specify tender due
date).
We are agreeable to all the terms and conditions mentioned in the tender.
For (Name of the Bidder Company)
Authorized Signatory
(Company Seal/ Stamp)
Page 17 of 37
Annexure - 3
Certificate to be submitted by Bidder Regarding Blacklisting
Date: - To, The Finance Commissioner(ICT Division) Employees State Insurance Corporation Panchdeep Bhavan, CIC Marg, New Delhi - 110002
Subject: Self Declaration regarding “Not Blacklisted” Dear Sir,
This is with reference to the ESIC Tender No. ……………………for Request for Proposal for Renewal of Existing
Technical Support for IT Assets (Softwares/ Middlewares/Middlewares) of various OEMs Implemented in the Data
Centre and Disaster Recovery Centre of ESIC IT Project Panchdeep (Tender-II).
We hereby declare that we have not been blacklisted / debarred by any government organization in India.
For (Name of the Bidder Company)
Authorized Signatory
(Company Seal/ Stamp)
Page 18 of 37
Annexure - 4
Certificate to be submitted by Bidder : Lowest cost certificate
Date: - To, The Finance Commissioner(ICT Division) Employees State Insurance Corporation Panchdeep Bhavan, CIC Marg, New Delhi - 110002
Subject: Self Declaration regarding “Lowest pricecertificate” by the Selected Bidders. Dear Sir,
This is with reference to the ESIC Tender No. ……………………for Request for Proposal for Renewal of Existing
Technical Support for IT Assets (Softwares/ Middlewares/Middlewares) of various OEMs Implemented in the Data
Centre and Disaster Recovery Centre of ESIC IT Project Panchdeep (Tender-II).
I/We hereby declare that for the items of this tender or for items having description identical to this tender have not been sold by me/us to any other organization, during the period starting date of ESIC RFP to completion of delivery there under, at a price lower than the price charged to ESIC.
For (Name of the Bidder Company)
Authorized Signatory
(Company Seal/Stamp)
Page 19 of 37
Annexure-5-Detail of Technical Support Items for each OEM
Sl. NO.
OEM Renewal of EXISTING Technical Support Items & Terms and Conditions as enclosed with the Bid
Bidder can quote for items for which he has OEM Authorisation and submitted EMD for those Items.
Technical Support for each IT Assets/software/Middleware will be treated as a separate tender and
price bid evaluated accordingly.
1 Symantec(Bluecoat)
Annexure 5.1 Details of OEM Wise items for submitting bids/quotes
2 Symantec(Antivirus)
3 Microfocus (HP Arc Sight)
4 Microfocus (HP-EMS)
5 Quantum
6 Radware
7 CISCO
8 Perpettuuitti
IT Assets Repeat from tender -1 No 2019_ESIC_498489_1
9 Dell-EMC
10 Nexpose
11 Redhat
Page 20 of 37
Annexure 5.1 Details of OEM Wise items for submitting bids/quotes
Asset list for renewal of AMC and ATS:
1. OEM Name –Symantec (Bluecoat)
a.(Asset):
b. (License):
S.No. Asset Type Tool /Software Name Product
Company Name
Quantity License Type OEM
Support End Date
9 Bluecoat IS-SA-2G-Y1 Symantec 1 Support Subscription 25 Nov 19
10 Bluecoat IS-SA-2G-Y1 Symantec 1 Support Subscription 25 Nov 19
11 Malware analysis
MAA-S400-10 Symantec 1 Perpetual 25 Nov 19
12 Malware analysis
MAA-S400-10 Symantec 1 Perpetual 25 Nov 19
13 Malware analysis
Software, MAA, MAA-S400-10 Symantec 1 Support Subscription 25 Nov 19
14 Malware analysis
Software, MAA, MAA-S400-10 Symantec 1 Support Subscription 25 Nov 19
S. No.
Asset Type Make Asset Model Serial Number
1 Blue coat Symantec - Blue coat
Blue coat SV-800 0416450029
2 Blue coat Symantec - Blue coat
Blue coat SV-800 0416450030
3 Blue coat Symantec - Blue coat
MAA-S400-10 4615320250
4 Blue coat Symantec - Blue coat
Blue coat SV-800-500M-C
DKPXW52
5 Blue coat Symantec - Blue coat
Blue coat SV-800 0416450019
6 Blue coat Symantec - Blue coat
Blue coat SV-800 0416450023
7 Blue coat Symantec - Blue coat
MAA-S400-10 316320071
8 Blue coat Symantec - Blue coat
Blue coat SV-800-500M-C
DKQWW52
Page 21 of 37
15 Bluecoat DSA-2G-10T Symantec 1 Support Subscription 25 Nov 19
9 Bluecoat DSA-2G-10T Symantec 1 Support Subscription 25 Nov 19
10 SSL Visbility SV800-500M-C Symantec 1 Support Subscription 25 Nov 19
11 SSL Visbility SV800-500M-C Symantec 1 Support Subscription 25 Nov 19
12 SSL Visbility SV800-500M-C Symantec 1 Support Subscription 25 Nov 19
13 SSL Visbility SV800-500M-C Symantec 1 Support Subscription 25 Nov 19
14 SSL Visbility CATS-SV800-500M-C-1YR Symantec 1 Support Subscription 25 Nov 19
15 SSL Visbility CATS-SV800-500M-C-1YR Symantec 1 Support Subscription 25 Nov 19
16 SSL Visbility CATS-SV800-500M-C-1YR Symantec 1 Support Subscription 25 Nov 19
17 SSL Visbility CATS-SV800-500M-C-1YR Symantec 1 Support Subscription 25 Nov 19
18 Bluecoat MAA-S400-10-1YR Symantec 1 Support Subscription 25 Nov 19
19 Bluecoat MAA-S400-10-1YR Symantec 1 Support Subscription 25 Nov 19
2. OEM Name –Symantec (Antivirus)
S.No. Asset Type Tool /Software Name Product
Company Name
Quantity License Type OEM
Support End Date
1 Anti virus and Antimalware
Symantec Endpoint Protection 14 per user
Symantec 250 Support Subscription
9 Jan 20
Page 22 of 37
3. OEM Name – Microfocus (HP Arc Sight)
S. No.
Asset Type Make Asset Model Serial Number
1 Arcsight Microfocus (formerly Hp)
ProLiant DL380 Gen9 SGH622X50T
2 Arcsight Microfocus (formerly Hp)
ProLiant DL380 Gen9 SGH626WKT0
3 Arcsight Microfocus (formerly Hp)
ProLiant DL380 Gen9 SGH627XHH5
4 Arcsight Microfocus (formerly Hp)
ProLiant DL380 Gen9 SGH622X50N
5 Arcsight Microfocus (formerly Hp)
ProLiant DL380 Gen9 SGH626WKT1
6 Arcsight Microfocus (formerly Hp)
ProLiant DL380 Gen9 SGH627XHHD
S.No. Asset Type Tool /Software Name Product
Company Name Quantity License Type
1 SIEM HP SW Replacement Supp Svc for arcsight
Microfocus (formerly Hp)
7 Perpetual
2 SIEM HPE Software Updates SVC (Security ArcSight Security Data Platform 5gb Day Add On For L7600 Appliance Software E-LTU (M4H25AAE)
Microfocus (formerly Hp)
24 Perpetual
4. OEM Name – Microfocus (HP EMS)
S.No. Asset Type Tool /Software Name Product
Company Name Quantity License Type
1 Monitoring Tool
UCMDB Third Party Integration 1 Managed Data Repository Software E-LTU (A7Y85AAE)
Microfocus (formerly Hp)
1 Perpetual
2 Monitoring Tool
Network Automation Ultimate Edition 50 Node Pack for 2000 to 3450 Nodes Software E-LTU (A7Z20AAE)
Microfocus (formerly Hp)
50 Perpetual
3 Monitoring Tool
Network Node Manager i Ultimate Edition 50 Node Pack for 2000+ Nodes Software E-LTU (A7Z76AAE)
Microfocus (formerly Hp)
50 Perpetual
Page 23 of 37
4 Monitoring Tool
Business Process Monitor Transaction Ultimate Edition Unlimited Locations Software E-LTU (A8B50AAE)
Microfocus (formerly Hp)
50 Perpetual
5 Monitoring Tool
Real User Monitor Probe Ultimate Edition Software E-LTU(A8B74AAE)
Microfocus (formerly Hp)
2 Perpetual
6 Monitoring Tool
Operations Bridge Suite Ultimate Edition version 3 50+ Nodes 50 Node Pack Software E-LTU (H7T65CAE)
Microfocus (formerly Hp)
11 Perpetual
7 Monitoring Tool
Operations Bridge System Collector Add-on for 50+ OSI 50 OSIpack Software E-LTU (H7T72AAE)
Microfocus (formerly Hp)
6 Perpetual
8 Monitoring Tool
Data Center Automation Suite Express Edition 10 OSI Software ELTU (M4F19AAE)
Microfocus (formerly Hp)
30 Perpetual
9 Monitoring Tool
Connector for Database User Software Electronic License To use (T4503AAE)
Microfocus (formerly Hp)
3 Perpetual
10 Monitoring Tool
Connector for Email User Software Electronic License To use (T4505AAE)
Microfocus (formerly Hp)
3 Perpetual
11 Monitoring Tool
Connector for LDAP User Software Electronic License To use (T4511AAE)
Microfocus (formerly Hp)
3 Perpetual
12 Monitoring Tool
Operations Bridge Management Pack 25 Pack OS Instance Software E-LTU (TB999AAE)
Microfocus (formerly Hp)
4 Perpetual
13 Monitoring Tool
Service Manager Enterprise Suite with Connect-It Connectors and Knowledge Management Concurrent User Software E-LTU (TD741AAE)
Microfocus (formerly Hp)
40 Perpetual
14 Monitoring Tool
Service Manager Enterprise Suite with Connect-It Connectors and Knowledge Management Concurrent User Software E-LTU (TD741AAE)
Microfocus (formerly Hp)
20 Perpetual
15 Monitoring Tool
Asset Mgr Ent Ste Named User SW E-LTU (TF284AAE)
Microfocus (formerly Hp)
3 Perpetual
Page 24 of 37
5. OEM Name –Quantum(Hardware Asset):
S. No.
Asset Type Make Asset Model Serial Number
1 Tape Library Quantum Scalar i500 A0D0026620
2 Tape Library Quantum Scalar i500 A0D0066622
6. OEM Name –Radware(Hardware Asset):
S. No.
Asset Type Make Asset Model Serial Number
1 Radware Link Proof
Radware OnDemand Switch 4008 VL
31504356
2 Radware Link Proof
Radware OnDemand Switch 4008 VL
31504379
3 Radware Link Proof
Radware OnDemand Switch 4008 VL
31504398
4 Radware Link Proof
Radware OnDemand Switch 4008 VL
31504342
5 Radware Link Proof
Radware OnDemand Switch 4008 VL
31202342-1
6 Radware Link Proof
Radware OnDemand Switch 4008 VL
31504433
7 DP(Defense Proof)
Radware DP 1016-NL-Q 21902139-X
8 DP(Defense Proof)
Radware DP 1016-NL-Q 31512707-1
9 DP(Defense Proof)
Radware DP 1016-NL-Q 21901055-X
10 DP(Defense Proof)
Radware DP 1016-NL-Q 31505182
11 DP(Defense Proof)
Radware DP 1016-NL-Q 31505202
12 DP(Defense Proof)
Radware DP 1016-NL-Q 31505172
13 Radware (Apsolute Vision)
Radware ODS2 31505126
14 Radware (Apsolute Vision)
Radware ODS2 31507199
15 Appdirector Radware 8016 ODS3 31101798-2
16 Appdirector Radware 8016 ODS3 21900800-1
17 Appdirector Radware 8016 ODS3 31902155-1
18 Appdirector Radware 8016 ODS3 31006605-1
19 Appdirector Radware 8016 ODS3 21903751-2
20 Radware alteon Radware Radware Alteon 5208-XL
41504160
21 Radware alteon Radware Radware Alteon 5208-XL
41504176
Page 25 of 37
22 Radware alteon Radware Radware Alteon 5208-XL
41504134
23 Radware alteon Radware Radware Alteon 5208-XL
41607129
24 Radware alteon Radware Radware Alteon 5208-XL
41504135
25 Radware alteon Radware Radware Alteon 5208-XL
41504131
26 Radware alteon Radware Radware Alteon 5208-XL
41504146
27 Radware Link Proof
Radware Radware Link Proof 1008 ODS
VL
31504344
28 Radware Link Proof
Radware Radware Link Proof 4008 0DS
VL
31504380
29 Radware Link Proof
Radware Radware Link Proof 4008 ODS
VL
31504340
30 Radware Link Proof
Radware Radware Link Proof 1008 ODS
VL
31504346
31 Radware Link Proof
Radware Link Proof 1008 ODSVL
31504345
32 Radware Link Proof
Radware Link Proof 1008 ODSVL
31504359
33 DP(Defense Proof)
Radware DP 1016-NL-Q 31505178
34 DP(Defense Proof)
Radware DP 1016-NL-Q 31603016
35 DP(Defense Proof)
Radware DP 1016-NL-Q 31505181
36 DP(Defense Proof)
Radware DP 1016-NL-Q 31412179
37 DP(Defense Proof)
Radware DP 1016-NL-Q 31505210
38 DP(Defense Proof)
Radware DP 1016-NL-Q 31505200
39 Radware (Apsolute Vision)
Radware ODS2 31505141
40 Radware (Apsolute Vision)
Radware ODS2 31505132
41 Appdirector Radware 8016 ODS3 31906516
42 Appdirector Radware 8016 ODS3 31004318-1
43 Appdirector Radware 8016 ODS3 31307330
44 Appdirector Radware 8016 ODS3 31002042-1
45 Appdirector Radware 8016 ODS3 31307372
46 Appdirector Radware 8016 ODS3 31906349
47 Radware Alteon Radware Alteon 5208-XL 41612544
48 Radware Alteon Radware Alteon 5208-XL 41504147
49 Radware Alteon Radware Alteon 5208-XL 41504170
Page 26 of 37
50 Radware Alteon Radware Alteon 5208-XL 41504179
51 Radware Alteon Radware Alteon 5208-XL 41504127
52 Radware Alteon Radware Alteon 5208-XL 41504133
53 Radware Alteon Radware Alteon 5208-XL 41504169
7. OEM Name –CISCO (Hardware Asset):
S. No.
Asset Type Make Model PAK/Serial
Number
1 Chassis-SRV Cisco Cisco UCS 5108 FOX2010GB38
2 Chassis-SRV Cisco Cisco UCS 5108 FOX2013G5YF
3 Chassis-SRV Cisco Cisco UCS 5108 FOX2018G6A8
4 Chassis-SRV Cisco Cisco UCS 5108 FOX2034GL9D
5 Chassis-SRV Cisco Cisco UCS 5108 FOX2050G07E
6 Chassis-SRV Cisco Cisco UCS 5108 FOX2051G09L
7 Chassis-SRV Cisco Cisco UCS 5108 FOX2102G43J
8 Chassis-SRV Cisco Cisco UCS 5108 FOX2105P2PV
9 Chassis-SRV Cisco Cisco UCS 5108 FOX2104P1J1
10 Server Cisco Cisco UCS B200 M4 FCH203972UK
11 Server Cisco Cisco UCS B200 M4 FCH2039J88K
12 Server Cisco Cisco UCS B200 M4 FCH2039738P
13 Server Cisco Cisco UCS B200 M4 FCH2039J8DN
14 Server Cisco Cisco UCS B200 M4 FCH2039J8A1
15 Server Cisco Cisco UCS B200 M4 FCH20397368
16 Server Cisco Cisco UCS B200 M4 FCH2039J8DR
17 Server Cisco Cisco UCS B200 M4 FCH2039J8S2
18 Server Cisco Cisco UCS B200 M4 FCH2039J8DL
19 Server Cisco Cisco UCS B200 M4 FCH203972U8
20 Server Cisco Cisco UCS B200 M4 FCH2039J8E4
21 Server Cisco Cisco UCS B200 M4 FLM2102TLU9
22 Server Cisco Cisco UCS B200 M4 FLM2102TLMY
23 Server Cisco Cisco UCS B200 M4 FLM2102TKHQ
24 Server Cisco Cisco UCS B200 M4 FLM2102TKGU
25 Server Cisco Cisco UCS B200 M4 FLM2102TLKF
26 Server Cisco Cisco UCS B200 M4 FLM2102TLJT
27 Server Cisco Cisco UCS B200 M4 FLM2102TKFE
28 Server Cisco Cisco UCS B200 M4 FLM2102TLKL
29 Server Cisco Cisco UCS B200 M4 FLM2102TKFB
30 Server Cisco Cisco UCS B200 M4 FLM2102TF6F
31 Server Cisco Cisco UCS B200 M4 FLM2102TLTV
32 Server Cisco Cisco UCS B200 M4 FLM2102TLUN
Page 27 of 37
33 Server Cisco Cisco UCS B200 M4 FLM2102TLTP
34 Server Cisco Cisco UCS B200 M4 FLM2102TLUF
35 Server Cisco Cisco UCS B200 M4 FLM2102TLLC
36 Server Cisco Cisco UCS B200 M4 FLM2105UN6F
37 Server Cisco Cisco UCS B200 M4 FCH21087GN5
38 Server Cisco Cisco UCS B200 M4 FCH21077WE4
39 Server Cisco Cisco UCS B200 M4 FCH21077WKA
40 Server Cisco Cisco UCS B200 M4 FCH21077WGH
41 Server Cisco Cisco UCS B200 M4 FLM2105UMQH
42 Server Cisco Cisco UCS B200 M4 FLM2107UYMG
43 Server Cisco Cisco UCS B200 M4 FCH2039J8AZ
44 Server Cisco Cisco UCS B200 M4 FCH203972UQ
45 Server Cisco Cisco UCS B200 M4 FCH2039J89S
46 Server Cisco Cisco UCS B200 M4 FCH203972E9
47 Server Cisco Cisco UCS B200 M4 FCH2039J8W3
48 Server Cisco Cisco UCS B200 M4 FCH2039J8PC
49 Server Cisco Cisco UCS B200 M4 FCH21417R9U
50 Server Cisco Cisco UCS B200 M4 FCH2037JUVF
51 Server Cisco Cisco UCS B200 M4 FCH21327BCT
52 Server Cisco Cisco UCS B200 M4 FCH20357YYJ
53 Server Cisco Cisco UCS B200 M4 FCH2036JN77
54 Server Cisco Cisco UCS B200 M4 FCH203972VG
55 Server Cisco Cisco UCS B200 M4 FCH21087F2A
56 Server Cisco Cisco UCS B200 M4 FCH21087FEQ
57 Server Cisco Cisco UCS B200 M4 FCH21087GEW
58 Server Cisco Cisco UCS B200 M4 FCH21087F9T
59 Server Cisco Cisco UCS B200 M4 FCH21087G0A
60 Server Cisco Cisco UCS B200 M4 FCH21087FZP
61 Server Cisco Cisco UCS B200 M4 FCH2039J89H
62 Server Cisco Cisco UCS B200 M4 FCH22207TB3
63 Server Cisco Cisco UCS B200 M4 FCH21087FU3
64 Server Cisco Cisco UCS B200 M4 FCH21077VL5
65 Server Cisco Cisco UCS B200 M4 FCH2103J2QP
66 Server Cisco Cisco UCS B200 M4 FLM2102TGL2
67 Server Cisco Cisco UCS B200 M4 FCH20367PQM
68 Server Cisco Cisco UCS B200 M4 FCH2039J8D0
69 Server Cisco Cisco UCS B200 M4 FCH2039J8B0
70 Server Cisco Cisco UCS B200 M4 FCH2039J8H4
71 Server Cisco Cisco UCS B200 M4 FCH20307Y47
72 Server Cisco Cisco UCS B200 M4 FCH210471FG
73 Server Cisco Cisco UCS B200 M4 FLM2105UMDU
74 Server Cisco Cisco UCS B200 M4 FCH21087FER
Page 28 of 37
75 Server Cisco Cisco UCS B200 M4 FCH21077VVV
76 Server Cisco Cisco UCS B200 M4 FCH21087GKA
77 Server Cisco Cisco UCS B200 M4 FCH21087GNJ
78 Server Cisco Cisco UCS B200 M4 FCH2039J8KG
79 Server Cisco Cisco UCS B200 M4 FCH22027XTD
80 Server Cisco Cisco UCS B200 M4 FCH21367Q2D
81 Server Cisco Cisco UCS B200 M4 FLM2102TLVC
82 Server Cisco UCS C24 M3 WZP181705J8
83 VC Cisco BE 7000M UCS-C240M4S2 FCH2037V0F6
84 VC Cisco MSE-8000 SM0136D4
85 VC-DB Cisco UCS C240M4 WZP1830001W
86 VC-SERVER Cisco UCS C240M4 WZP181705J5
87 Voice-Server Cisco BE 7000M UCS-C240M4S2 FCH1844V050
88 Voice-Server Cisco BE 7000M UCS-C240M4S2 FCH1842V2MG
89 Voice-Server Cisco BE 7000M UCS-C240M4S2 FCH1844V0N1
90 Chassis-SRV Cisco Cisco UCS 5108 FOX2105P4M0
91 Chassis-SRV Cisco Cisco UCS 5108 FOX2052GJ9Y
92 Chassis-SRV Cisco Cisco UCS 5108 FOX2102G0HT
93 Chassis-SRV Cisco Cisco UCS 5108 FOX2105P4N3
94 Chassis-SRV Cisco Cisco UCS 5108 FOX2105P2QF
95 Chassis-SRV Cisco Cisco UCS 5108 FOX2102QZ91
96 Chassis-SRV Cisco Cisco UCS 5108 FOX2102G4VF
97 Chassis-SRV Cisco Cisco UCS 5108 FOX2103P40M
98 Chassis-SRV Cisco Cisco UCS 5108 FOX2106P3ZF
99 Server Cisco Cisco UCS B200 M4 FCH21087FU5
100 Server Cisco Cisco UCS B200 M4 FCH21087G1T
101 Server Cisco Cisco UCS B200 M4 FCH21087FJN
102 Server Cisco Cisco UCS B200 M4 FCH21087F52
103 Server Cisco Cisco UCS B200 M4 FCH21087F50
104 Server Cisco Cisco UCS B200 M4 FCH21087EMR
105 Server Cisco Cisco UCS B200 M4 FCH21087G0L
106 Server Cisco Cisco UCS B200 M4 FLM2102TLE1
107 Server Cisco Cisco UCS B200 M4 FCH21087F37
108 Server Cisco Cisco UCS B200 M4 FCH21087ECH
109 Server Cisco Cisco UCS B200 M4 FLM2105UMDH
110 Server Cisco Cisco UCS B200 M4 FLM2105UKE1
111 Server Cisco Cisco UCS B200 M4 FCH21087GGP
112 Server Cisco Cisco UCS B200 M4 FCH21087FM3
113 Server Cisco Cisco UCS B200 M4 FLM2105UN6P
114 Server Cisco Cisco UCS B200 M4 FCH21077WAP
115 Server Cisco Cisco UCS B200 M4 FCH21087FLJ
Page 29 of 37
116 Server Cisco Cisco UCS B200 M4 FCH21087G8E
117 Server Cisco Cisco UCS B200 M4 FCH21077X74
118 Server Cisco Cisco UCS B200 M4 FLM2105UN5J
119 Server Cisco Cisco UCS B200 M4 FLM2105UMF9
120 Server Cisco Cisco UCS B200 M4 FLM2106UYAD
121 Server Cisco Cisco UCS B200 M4 FLM2105UJ8A
122 Server Cisco Cisco UCS B200 M4 FLM2106UVTB
123 Server Cisco Cisco UCS B200 M4 FLM2104UC4H
124 Server Cisco Cisco UCS B200 M4 FLM2105UEDL
125 Server Cisco Cisco UCS B200 M4 FLM2106UY2R
126 Server Cisco Cisco UCS B200 M4 FCH21087FAY
127 Server Cisco Cisco UCS B200 M4 FCH21087GTX
128 Server Cisco Cisco UCS B200 M4 FCH21087FE4
129 Server Cisco Cisco UCS B200 M4 FCH2101JWBF
130 Server Cisco Cisco UCS B200 M4 FLM2101T899
131 Server Cisco Cisco UCS B200 M4 FLM2102TLL8
132 Server Cisco Cisco UCS B200 M4 FCH21087GHN
133 Server Cisco Cisco UCS B200 M4 FLM2102TLKY
134 Server Cisco Cisco UCS B200 M4 FLM2102TLKD
135 Server Cisco Cisco UCS B200 M4 FCH21087GP9
136 Server Cisco Cisco UCS B200 M4 FLM2050RD7B
137 Server Cisco Cisco UCS B200 M4 FCH21087ED5
138 Server Cisco Cisco UCS B200 M4 FCH21087GNR
139 Server Cisco Cisco UCS B200 M4 FLM2105UN6U
140 Server Cisco Cisco UCS B200 M4 FCH21087F05
141 Server Cisco Cisco UCS B200 M4 FLM2107UYMA
142 Server Cisco Cisco UCS B200 M4 FLM2105UMR0
143 Server Cisco Cisco UCS B200 M4 FCH21087GNZ
144 Server Cisco Cisco UCS B200 M4 FCH21077W3E
145 Server Cisco Cisco UCS B200 M4 FLM2105UMD9
146 Server Cisco Cisco UCS B200 M4 FLM2105UMBQ
147 Server Cisco Cisco UCS B200 M4 FCH21077WE6
148 Server Cisco Cisco UCS B200 M4 FLM2051RGL6
149 Server Cisco Cisco UCS B200 M4 FLM2107V027
150 Server Cisco Cisco UCS B200 M4 FCH21087FPL
151 Server Cisco Cisco UCS B200 M4 FLM2102TLKN
152 Server Cisco Cisco UCS B200 M4 FLM2101T8YJ
153 Server Cisco Cisco UCS B200 M4 FLM2102TKG9
154 Server Cisco Cisco UCS B200 M4 FLM2102TGQ3
155 Server Cisco Cisco UCS B200 M4 FLM2105ULK5
156 Server Cisco Cisco UCS B200 M4 FCH21507MH0
157 Server Cisco Cisco UCS B200 M4 FCH21087G09
Page 30 of 37
158 Server Cisco Cisco UCS B200 M4 FLM2106UVV6
159 Server Cisco Cisco UCS B200 M4 FCH21087G82
160 Server Cisco Cisco UCS B200 M4 FCH21087FFF
161 Server Cisco Cisco UCS B200 M4 FCH21087GSY
162 Server Cisco Cisco UCS B200 M4 FCH21087F9Y
163 Server Cisco Cisco UCS B200 M4 FCH21087F0X
164 Server Cisco Cisco UCS B200 M4 FCH21087GGM
165 Server Cisco Cisco UCS B200 M4 FCH21087ECK
166 Server Cisco Cisco UCS B200 M4 FCH21087F3U
167 Server Cisco Cisco UCS B200 M4 FCH21087GQQ
168 Server Cisco Cisco UCS B200 M4 FCH21087EEM
169 Server Cisco Cisco UCS B200 M4 FCH21087G0P
170 Server Cisco Cisco UCS B200 M4 FLM2105UME3
171 Voice-Server Cisco UCS240M4S2 FCH1844V00X
172 Voice-Server Cisco UCS240M4S2 FCH1844V00S
173 Voice-Server Cisco UCS240M4S2 FCH1843V0RY
174 Router cisco CISCO3900 FOC16367EKW
175 Router cisco CISCO3900 FGL163814KZ
176 Firewall Cisco CISCO-5585-X JMX2044L05P
177 Firewall Cisco CISCO-5585-X JMX2044L05S
178 Firewall Cisco CISCO-5585-X JMX2044L05K
179 Firewall Cisco CISCO-5585-X JMX2044L05T
180 Switch Cisco Cisco 6509 SMC2004008E
181 Switch Cisco Cisco 6509 SMG1423N00T
182 ASA Module Cisco WS-SVC-ASA-SM1 SAL204305V7
183 ASA Module Cisco WS-SVC-ASA-SM1 SAL204305UF
184 Fabric
Interconnect Cisco FI-6296 UP FOX2036G7DG
185 Fabric
Interconnect Cisco FI-6296 UP FOX2036G7DP
186 WAE Cisco WAVE-694 FCH1931V1BE
187 ACS Cisco SECURE SERVER-3495 FCH1928V2L7
188 Firewall Cisco ASA 5585-X JMX2044L05L
189 Firewall Cisco ASA 5585-X JMX2044L05V
190 Firewall Cisco ASA 5585-X JMX2044L05M
191 Firewall Cisco ASA 5585-X JMX2044L05R
192 Switch Cisco 6509-E SMC134800JG
193 Switch Cisco 6509-E SMC134800KE
194 ASA Module Cisco WS-SVC-ASA-SM1 SAL204305US
195 ASA Module Cisco WS-SVC-ASA-SM1 SAL204305V9
196 Switch Cisco WS-2960X-24TS-L FCW2109A6LG
197 Switch Cisco WS-2960X-24TS-L FCW2109A5Y4
198 Switch Cisco WS-2960X-24TS-L FCW2109A5ZK
Page 31 of 37
199 Switch Cisco WS-2960X-24TS-L FCW2109A60F
200 Switch Cisco 3560-X FDO1638Z0L3
201 Fabric
Interconnect Cisco fab-b FOX2047G3WP
202 Fabric
Interconnect Cisco fab-a FOX2047G3WR
203 WAE CISCO WAVE-694 FCH1931V0GY
204 ACS CISCO SECURE SERVER-3495 FCH1921V0GH
205 Switch Cisco Cisco 3560X-24T-S FDO1638R0TS
206 Switch Cisco Cisco 3560X-24T-S FDO1637R15Y
207 WAE Cisco WAE-7571-k9 FCH2108W00L
208 WAE Cisco WAE-7571-k9 FCH2108W003
209 WAE Cisco WAE-7571-k9 FCH2106W001
210 WAE Cisco WAE-7571-k9 FCH2107W014
211 Router Cisco CISCO3900 FGL204411B1
212 Switch Cisco 3560-X FDO1638Z0LP
213 Router Cisco CISCO3900 FGL1639105Y
214 Voip Cisco CUCM upgrade users
Licenses
215 Voip Cisco CUCM additional users
Licenses
216 Voip Cisco Cisco UCS Virtual Hypervisor (base platform
for CUCM) Licenses
8. OEM Name –Perpetuuiti(Hardware Asset):
S.No. Asset Type Tool /Software Name Product
Company Name
Quantity License
Type
OEM Support End
Date
1 Perpetuuiti-DRM Enterprise Edition applicable for, ’1 Continuity Patrol Base Product’ ’1 Database Tier’ ‘1 Web/Application/ Middleware Tier’ and ‘1 Network Automation Tier license at DC/ DR.
PERPETUUITI 1 Perpetual 10 Dec 19
Page 32 of 37
IT Assets Repeat from Tender-No.2019_ESIC_498489_1
9. Dell EMC
License Information for OEM Subscription renewal or OEM Support renewal
Sr No Row Labels Sum of Quantity
9 DellEMC 461
9.1 DC Backup 322
9.1.1 NetWorker Autochanger Software Module 1-128 Slots 1
9.1.2 NetWorker Autochanger Software Module 1-400 Slots 1
9.1.3 NetWorker Autochanger Upgrade to 256 Slots 1
9.1.4 NETWORKER CLIENT 171
9.1.5 NetWorker Cluster Client Connection Windows 6
9.1.6 NetWorker Cluster Client Connections Linux 44
9.1.7 NetWorker Dynamic Drive Sharing Option 12
9.1.8 NETWORKER MOD FOR MS SQL SERVER CLIENT WINDOWS 4
9.1.9 NETWORKER MODULE FOR ORACLE CLIENT WINDOWS 2
9.1.10 NetWorker Module for Oracle on Linux 2
9.1.11 NetWorker NDMP Client Connection - Tier 2 1
9.1.12 NetWorker Network Ed Dedicated Storage Node for Solaris
x64/x86 24
9.1.13 NetWorker Network Edition Dedicated Storage Node for Lin ux
(v7) 39
9.1.14 NetWorker Network Edition Dedicated Storage Node Windows
(v7) 12
9.1.15 NetWorker Network Edition Storage Node for Linux 1
9.1.16 NETWORKER SERVER NETWORK EDITION LINUX (E) 1
9.2 DR Backup 139
9.2.1 NETWORKER AUTOCHANGER SOFTWARE MOD 1-128 SLOTS 1
9.2.2 NETWORKER CLIENT 70
9.2.3 NetWorker Client Connections/25 2
9.2.4 NETWORKER NDMP CLIENT CONNECTION- TIER 2 1
9.2.5 NW CLUSTER CLNT CON LIN 8
9.2.6 NW CLUSTER CLNT CON WIN 4
9.2.7 NW DYNAMIC DRIVE SHARING OPTION=IA 6
9.2.8 NW MOD MS SQL SVR CLNT WIN 3
9.2.9 NW NETWORK ED DED STG NODE LIN V7 28
9.2.10 NW NETWORK ED DED STG NODE WIN V7 14
9.2.11 NW NETWORK ED STG NODE LIN 1
9.2.12 NW SVR NETWORK ED LIN (E) 1
9.3 Storage
9.3.1 VNX 5400 2
9.3.2 VNX 3200 2
Page 33 of 37
10 NeXpose
10.1 VAP
10.1.1 RNXENTALL-CONTENT 512
10.1.2 RNXENTALL-SUPPORT 512
11 Redhat 254
11.1 Operating System 202
11.1.1 High Availability 72
11.1.2 Red Hat Enterprise Linux Extended Life Cycle Support (Physical or
Virtual Nodes) 4
11.1.3 Red Hat Enterprise Linux Server with Smart Management,
Premium (Physical or Virtual Nodes) 76
11.1.4 Red Hat Enterprise Linux Server with Smart Management,
Standard (Physical or Virtual Nodes) 50
11.2 Virtualisation software 52
11.2.1 Red Hat Virtualization (2-sockets), Premium 52
----------------------------------END of ITEM LIST-----------------------------------
Page 34 of 37
License Information for OEM Subscription renewal or OEM Support renewal
S.No
.
Product Company
Name Asset Type Tool /Software Name
Quantity
License Type
OEM Support End Date
1 Redhat Operating System High Availability 72 Perpetual 21 Sep 19
2 Redhat Operating System Red Hat Enterprise Linux Server with Smart Management, Premium (Physical or Virtual Nodes)
76 Perpetual 21 Sep 19
3 Redhat Operating System Red Hat Enterprise Linux Server with Smart Management, Standard (Physical or Virtual Nodes)
50 Perpetual 21 Sep 19
4 Redhat Operating System Red Hat Enterprise Linux Extended Life Cycle Support (Physical or Virtual Nodes)
4 Perpetual 21 Sep 19
5 Redhat Virtualisation software
Red Hat Virtualization (2-sockets), Premium 52 Perpetual 21 Sep 19
6 NeXpose VAPT RNXENTALL-CONTENT 512 Perpetual 4 Oct 19
7 NeXpose VAPT RNXENTALL-SUPPORT 512 Support Subscription
4 Oct 19
35 DellEMC DC Backup NetWorker Autochanger Software Module 1-128 Slots
1 Perpetual 15 Sep 19
36 DellEMC DC Backup NetWorker Autochanger Software Module 1-400 Slots
1 Perpetual 15 Sep 19
37 DellEMC DC Backup NetWorker Autochanger Upgrade to 256 Slots
1 Perpetual 15 Sep 19
38 DellEMC DC Backup NETWORKER CLIENT 171 Perpetual 15 Sep 19
39 DellEMC DC Backup NetWorker Cluster Client Connection Windows
6 Perpetual 15 Sep 19
40 DellEMC DC Backup NetWorker Cluster Client Connections Linux
44 Perpetual 15 Sep 19
41 DellEMC DC Backup NetWorker Dynamic Drive Sharing Option 12 Perpetual 15 Sep 19
42 DellEMC DC Backup NETWORKER MOD FOR MS SQL SERVER CLIENT WINDOWS
4 Perpetual 15 Sep 19
43 DellEMC DC Backup NETWORKER MODULE FOR ORACLE CLIENT WINDOWS
2 Perpetual 15 Sep 19
44 DellEMC DC Backup NetWorker Module for Oracle on Linux 2 Perpetual 15 Sep 19
45 DellEMC DC Backup NetWorker NDMP Client Connection - Tier 2
1 Perpetual 15 Sep 19
46 DellEMC DC Backup NetWorker Network Ed Dedicated Storage Node for Solaris x64/x86
24 Perpetual 15 Sep 19
47 DellEMC DC Backup NetWorker Network Edition Dedicated Storage Node for Lin ux (v7)
39 Perpetual 15 Sep 19
48 DellEMC DC Backup NetWorker Network Edition Dedicated Storage Node Windows (v7)
12 Perpetual 15 Sep 19
49 DellEMC DC Backup NetWorker Network Edition Storage Node for Linux
1 Perpetual 15 Sep 19
50 DellEMC DC Backup NETWORKER SERVER NETWORK EDITION LINUX (E)
1 Perpetual 15 Sep 19
51 DellEMC DR Backup NETWORKER CLIENT 70 Perpetual 15 Sep 19
52 DellEMC DR Backup NW MOD MS SQL SVR CLNT WIN 3 Perpetual 15 Sep 19
53 DellEMC DR Backup NW CLUSTER CLNT CON WIN 4 Perpetual 15 Sep 19
Page 35 of 37
54 DellEMC DR Backup NW CLUSTER CLNT CON LIN 8 Perpetual 15 Sep 19
55 DellEMC DR Backup NW NETWORK ED STG NODE LIN 1 Perpetual 15 Sep 19
56 DellEMC DR Backup NW NETWORK ED DED STG NODE WIN V7 14 Perpetual 15 Sep 19
57 DellEMC DR Backup NW NETWORK ED DED STG NODE LIN V7 28 Perpetual 15 Sep 19
58 DellEMC DR Backup NW SVR NETWORK ED LIN (E) 1 Perpetual 15 Sep 19
59 DellEMC DR Backup NW DYNAMIC DRIVE SHARING OPTION=IA 6 Perpetual 15 Sep 19
60 DellEMC DR Backup NETWORKER NDMP CLIENT CONNECTION- TIER 2
1 Perpetual 15 Sep 19
61 DellEMC DR Backup NETWORKER AUTOCHANGER SOFTWARE MOD 1-128 SLOTS
1 Perpetual 15 Sep 19
62 DellEMC DR Backup NetWorker Client Connections/25 2 Perpetual 15 Sep 19
Further details of item no. 9.3.1 & 9.3.2 Asset List for OEM Technical support renewal and or OEM Annual Maintenance
S. No. Make Asset Type Asset Model Serial Number OEM Support End Date
9.3.1 DellEMC Storage VNX 5400 CKM00164000160 31 Dec 19
DellEMC Storage VNX 5400 CKM00164201967 31 Dec 19
9.3.2 DellEMC Storage VNX 3200 CKM00164301137 26-Dec-19
DellEMC Storage VNX 3200 CKM00164301138 26-Dec-19
Page 36 of 37
Annexure - 6 Items Quoted against the Bid.
(Should Tally With Table-1)
Name of OEM:
Name of Bidder:
Sl.
No.
Sub Head/Items as per BoQ
as given in Tender
Document
(if there are more than one
subheads then subhead
wise total must be given.
Here Subhead means
comprising number of
items to make one
product)
Qty as per BoQ as
given in Tender
Document
Sub Head/Items
as submitted
by bidder
Qty as
submitted by
bidder
Remarks, if Cols
4&5 Differ from
Cols 2&3
1 2 3 4 5 6
1 Same/Different
2
3
4
5
Note: No prices are to be indicated here.
Page 37 of 37
Annexure - 7 : EMD and Turnover Amounts
Sr No OEM EMD (In Rs Lakhs)
TURNOVER (In Rs crores)
1 Dell-EMC (Network, Switches, etc.)
Rs 1.00 Lakhs Rs 1.5 Cr
2 Redhat Rs 2.50 Lakhs Rs 3.5 Cr
3 Nexpose RS 0.15 Lakhs Rs 0.2 Cr
4 CISC0 8.90 13.35
5 Radware 1.80 2.70
6 Perpettuuitti 1.40 2.10
7 Microfocus (HP Arc Sight)
0.15 0.20
8 Microfocus (HP-EMS) 0.65 1.00
9 Symentec (Blue Coat) 11.50 2.20
10 Symentec (AV) 0.06 0.10
11 Quantum 0.30 0.45