Post on 26-Jul-2020
transcript
COCHIN SHIPYARD LIMITED
(A Government of India Enterprise)
Request for Proposal (RFP)
for
SUPPLY, DESIGN, IMPLEMENTATION,
COMMISSIONING AND MAINTENANCE OF
NETWORK INFRASTRUCTURE – Vol. I
Enquiry No: ISD/128/SYS/INFRA/2020
PO Bag # 1653, Perumanoor P O
Kochi 682015
Tel: +91 484 2501296, 2501298
Web: www.cochinshipyard.com
Note: This RFP contains two volumes and an annexure, kindly refer all the documents before
quoting for this RFP.
This document is Volume I of the CSL RFP
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 1 of 71
DISCLAIMER
This Request for Proposal (“RFP”) is issued by the Cochin Shipyard Limited (hereinafter referred as
‘CSL’). Whilst the information in this RFP has been prepared in good faith, it is not and does not
purport to be comprehensive or to have been independently verified. Neither CSL, nor any of its
officers or employees, nor any of their advisers nor consultants accept any liability or responsibility
for the accuracy, reasonableness or completeness of, or for any errors, omissions or misstatements,
negligent or otherwise, relating to the proposed project, or makes any representation or warranty,
express or implied, with respect to the information contained in this RFP or on which this RFP is
based or with respect to any written or oral information made or to be made available to any of the
recipients or their professional advisers and, so far as permitted by law and except in the case of
fraudulent misrepresentation by the party concerned, and liability therefore is hereby expressly
disclaimed.
The information contained in this RFP is selective and is subject to update, expansion, revision and
amendment at the sole discretion of the CSL. It does not, and does not purport to, contain all the
information that a recipient may require for the purpose of making a decision for participation in
this process. Neither CSL nor any of its officers, employees nor any of its advisors nor consultants
undertakes to provide any party with access to any additional information or to update the
information in this RFP or to correct any inaccuracies therein which may become apparent. Each
party must conduct its own analysis of the information contained in this RFP, to correct any
inaccuracies therein and is advised to carry out its own investigation into the proposed project, the
regulatory regime which applies thereto and by and all matters pertinent to the proposed project
and to seek its own professional advice on the legal, financial and regulatory consequences of
entering into any agreement or arrangement relating to this project.
This RFP includes certain statements, estimates, projections, targets and forecasts with respect to
the project. Such statements, estimates, projections, targets and forecasts reflect various
assumptions made by the management, officers and employees of CSL, which (the assumptions and
the base information on which they are made) may or may not prove to be correct. No
representation or warranty is given as to the reasonableness of forecasts or the assumptions on
which they may be based and nothing in this RFP is, or shall be relied on as, a promise,
representation or warranty.
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 2 of 71
TABLE OF CONTENTS
SECTION I – SCOPE OF WORK ................................................................................................... 5
1. Introduction .................................................................................................................................. 5
1.1 Purpose of the Document ..................................................................................................... 5
1.2 Project Background ............................................................................................................... 5
1.3 Existing Infrastructure and Systems at Data Centre and Disaster Recovery Centre ............ 5
2. Scope of Work............................................................................................................................... 7
2.1 IMPLEMENTATION PHASE – Design, Supply, Installation, Testing and Commissioning of
the Network Infrastructure at CSL ........................................................................................ 8
2.1.1 Proposed Design Architecture (tentative): ................................................................... 9
2.1.2 Detailed scope of work ................................................................................................ 10
2.2 OPERATIONS PHASE - Operations and Maintenance services for the Network
Infrastructure at CSL ........................................................................................................... 14
2.2.1 Detailed scope of work ................................................................................................ 14
3. Warranty Support: ...................................................................................................................... 18
3.1 Support during Warranty .................................................................................................... 19
3.2 Warranty shall cover the following ..................................................................................... 20
3.3 System Availability Requirements & Deduction for Non-performance .............................. 21
3.4 Service Level Agreements ................................................................................................... 21
3.5 SLA Violations and Associated Penalties ............................................................................. 22
4. Performance Monitoring and Reporting .................................................................................... 23
5. Performance Standard ................................................................................................................ 23
6. Software and Tools ..................................................................................................................... 23
7. Manuals and Documents ............................................................................................................ 24
SECTION II - TECHNICAL SPECIFICATIONS OF NETWORK COMPONENTS ................................... 25
1. WAN ROUTER ............................................................................................................................. 25
2. CORE SWITCH ............................................................................................................................. 27
3. 24 PORT EDGE SWITCH ............................................................................................................... 36
4. WAN SWITCH .............................................................................................................................. 44
5. LINK LOAD BALANCER ................................................................................................................. 52
6. NEXT GEN FIREWALL - EXTERNAL ............................................................................................... 54
7. NEXT GEN FIREWALL - INTERNAL ............................................................................................... 58
8. AAA SOLUTION ........................................................................................................................... 61
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 3 of 71
List of Acronyms
AAA Authentication, Authorization, Accounting
ACL Access Control List
CSL Cochin Shipyard Limited
EMD Earnest Money Deposit
ERP Enterprise Resource Planning
FAT Final Acceptance Test
LOI Letter of Intent
MAF Manufacturer’s Authorization Form
NAC Network Access Control
OEM Original Equipment Manufacturer
PO Purchase Order
RFP Request for Proposal
SI System Integrator
TCO Total Cost of Ownership
UTM Unified Threat Management
VPN Virtual Private Network
VLAN Virtual Local Area Network
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 4 of 71
Request for Proposal (RFP) Structure
The content of this RFP has been documented as a set of two volumes and an annexure explained
below:
a. Volume – I: Solution Scope for Supply, Design, Implementation, Commissioning and Maintenance
of Network Infrastructure. The content in this volume has two section explained as below:
S No RFP Section # RFP Section Name Details for Volume I
1. Section I Scope of Work Volume I of RFP intends to bring
out all the details with respect to
functional and technical
requirements of installation and
commissioning of Network
Infrastructure
2. Section II Technical specifications of network
components
b. Volume – II: Bidding Terms and Conditions for the RFP. The content in this volume has three
section explained as below:
S No RFP Section # RFP Section Name Details for Volume II
1 Section I Invitation to Bid Volume II of RFP purports to
detail out all that may be needed
by the potential bidders to
understand the evaluation
criteria, commercial terms, bid
process details and price bid
2 Section II Instructions to Bidders
3 Section III General Conditions of the
Contract
c. Annexure: Formats for Bid Submission.
This document is Volume I of the RFP.
Note: Kindly refer to both the volume I, volume II and the annexure attached with this RFP, before
quoting.
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 5 of 71
SECTION I – SCOPE OF WORK
1. Introduction
Cochin Shipyard Ltd. (CSL) was incorporated in the year 1972 as a fully owned Government of
India company. In the last three decades, the company has emerged as a forerunner in ship
building and ship repair industry. CSL has secured shipbuilding orders from internationally
renowned companies from Europe & Middle East and is presently constructing country's first
indigenous Air Défense Ship. The key shipbuilding clients on the domestic front include the Indian
Navy, the Indian Coast Guard and the Shipping Corporation of India Limited. Cochin Shipyard is
the first Greenfield and presently the most modern shipbuilding and ship repair yard in India. The
manpower strength on the permanent rolls of the company is approximately 1800. CSL is situated
adjacent to the port of Cochin in the West Coast of India.
This tender call for bids, to select the System Integrator for CSL to carry out the Supply, Design,
Implementation, Commissioning and Maintenance of Network Infrastructure for five years.
1.1 Purpose of the Document
The intent of this tender is to furnish the required details and requirements as far as possible, to
enable the bidder to submit their best offer within stipulated time frame, as per the scope of
work and other details described in subsequent sections of this tender document.
The bidder is required to assess the requirements mentioned in various sections of this RFP and
accordingly propose IT products, solution and services which shall fulfil CSL’s requirements in
accordance with the scope defined.
1.2 Project Background
CSL has laid out an ambitious plan for accelerated growth in terms of business, manpower and
geographical outreach. A key focus area for CSL in the near future is geographical expansion by
teaming up with the major ports on the eastern and western coasts of India. CSL plans to
upgrade their existing IT infrastructure to meet the emerging challenges in view of the evolving
business requirements.
1.3 Existing Infrastructure and Systems at Data Centre and Disaster Recovery Centre
In the existing system, the data centre is populated with racks which hosts one core switch, four
firewalls, four L2 switches, two SAN Switches and physical Servers. Virtual machines are used
for both ERP and Non-ERP applications.
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 6 of 71
Figure 1: Existing architecture design
In the current architecture design, CSL have eight (8) ISP links from service providers. The two
firewalls are interconnected and configured with high availability mode and the firewall also
acts as a Router and load balancer for the external and internal network traffic. These firewalls
are connected to the core switch via their respective secondary switches.
All the users of the CSL campus network are connected to the L2 edge switches which in turn
are connected to the core switch via fiber connection which enables the user to get access to
the applications hosted in Data center. The Core switch acts as a central point of connectivity
between external users and applications hosted in CSL.
The servers are connected to the core switch via L2 switches. The SAN switch is used to connect
between the ERP/ Non-ERP Servers to the storage box and tape library. The tape library is
connected to the SAN storage, which enables CSL to take backup using tapes. The near Disaster
Recovery site is connected to core switch in DC through OFC connectivity. Currently, Data
Centre and near Disaster Recovery are present in the same campus.
There are total of 46 locations connected across the campus from Network Operation Centre to
main office building. There are total of 143 edge switches present across the CSL campus
network. 1200+ users are connected across the campus and are able to access the applications
in the Data Centre through these 24 ports and 8 ports edge switches.
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 7 of 71
The existing IT infrastructure components list provided in the ‘Annexure 2 - List of existing IT
Infrastructure at CSL for information’ in Annexures.
Upgrade works are planned in the SAP ERP hardware, servers, storage and security systems.
Separate RFPs shall be released for these works parallelly. All the components that may be
implemented as part of those RFP/s also need to work without any issues with the upgrades
planned in this RFP and any redesign required has to be carried out as required and as
applicable.
2. Scope of Work
The scope of work to be carried out by the bidder for the upgradation of network infrastructure
including the Supply, Design, Implementation, Commissioning and Maintenance of Network
Infrastructure at CSL. The whole exercise is divided into two different phases, Implementation
Phase and Operations Phase.
Implementation Phase – Design, Supply, Installation, Testing and Commissioning of the Network
Infrastructure
Operations Phase – Operations and Maintenance services for the Network Infrastructure
The main goal of this project is to upgrade/improve the network infrastructure to ensure the high
availability service and security. The successful bidder may leverage the data centre principles in
such a way that services are interoperable, highly robust, efficient, agile, and scalable on demand
and best technology platforms to provide a next level user experience.
The bidder must design a solution with the latest network infrastructure hardware technologies
and ensure high levels of redundancy for continuous availability of business functioning wherever
required.
The bidders are advised to study the existing IT landscape by way of site survey at their own cost
and risk to get first-hand information on the existing infrastructure mentioned in ‘Annexure 2 -
List of existing IT Infrastructure at CSL for information’ in Annexures to this RFP. Kindly note the
key events and dates regarding this RFP (Refer ‘Section I – Invitation to Bid’ mentioned in volume
II for the detailed list).
S No Particular Details
1. Release of request for proposal (Tender)
documents 20 April 2020 at 05:00 PM
2.
Site visit (if required)
Note: Would be conducted only if the
lockdown situation is revoked. Else, a call
with CSL IT team would be set-up
24 April 2020 to 30 April 2020 between 09:00
AM to 05:00 PM to the address mentioned in
the section I of the Volume II.
3. Last date for submission of queries 05 May 2020 till 03.30 PM
4. Pre-Bid meeting 11 May 2020 at 03.30 PM
5. Date, time and place of Tender 20 May 2020 till 03:00 PM
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 8 of 71
Submission
6. Opening of Pre-qualification & Techno
commercial Bids 20 May 2020 till 03:30 PM
7. Date, time for Price Bid opening Will be intimated to the technically Qualified
Tenderers only
2.1 IMPLEMENTATION PHASE – Design, Supply, Installation, Testing and Commissioning
of the Network Infrastructure at CSL
The initial phase of the scope of work is to Design, Supply, Install, Test and Commission the
Network Infrastructure at Cochin Shipyard Limited as per the Bill of Materials (BOM) mentioned
in this RFP within 4 months from the date of issue of Purchase Order (PO).The Bidder has to
accept and acknowledge the PO within 10 working days from issuance of PO. The Bill of
Material is given to avoid overprovisioning or under provisioning of IT resources. Bidders must
submit their price bid in the CAPEX and OPEX model quoting same or higher quantity for all the
components proposed as per the price bid format mentioned in this RFP. The components
proposed should comply with the minimum technical specifications mentioned in ‘Section II -
Technical specifications of network components’ of this RFP. Any additional components
required for the completeness of the solution must be included/ factored by the bidder as part
of this bid.
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 9 of 71
2.1.1 Proposed Design Architecture (tentative):
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 10 of 71
Figure 2: Proposed reference architecture
The above-mentioned diagram is a tentative solution design diagram. Bidders are requested to
propose high available and fault tolerance solution at every level to meet the prescribed SLA in
the RFP. The proposed solution has to take care of link failures and hardware failures till the
network interface at the node level. The solution should be robust and has to secure the entire
data end to end. All components must support scalability to provide continuous growth to meet
the requirements and demand in future. Bidder should ensure the components of the designed
solution must provide adequate redundancy to ensure high availability. The entire solution
should be interoperable, in order to support information flow and integration. Bidders shall
propose their solution architecture during the presentation. In the above proposed design
architecture, the below BOM is in scope of work:
S. No. Item Quantity
1 WAN Routers 2
2 Link Load Balancer 2
3 WAN Switch 2
4 External Firewall 2
5 Core Switch 2
6 Internal Firewall 2
7 Edge Switch 170
8 APT Switches 2
9 AAA Appliance 2
Table 1: Proposed Bill of material (BOM)
The bidder shall ensure that the proposed solution is able to integrate with the existing and
upcoming infrastructure at CSL with minimal configuration changes. Also, the bidder is
responsible to integrate the existing and upcoming infrastructure with the proposed solution at
CSL. The bidder shall coordinate with existing and upcoming System Integrators for smooth
integration.
2.1.2 Detailed scope of work
The detailed scope of work for the implementation phase is as follows:
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 11 of 71
1. The System Integrator (SI) should understand the current infrastructure and application
landscape of CSL in order to design the envisaged solution for continuous availability of
business functioning wherever required.
2. The envisaged solution should be interoperable, highly robust, efficient, agile, and scalable
on demand and best technology platforms to provide a next level user experience
3. The SI should provide all the necessary network components which includes routers,
switches, link load balancers, firewalls as per the envisaged solution.
4. The SI is also requested to provision required necessary additional components, connecting
cables, as applicable, configuration of network and integration devices, transceiver optics
and required accessories, configuration and their licencing of all the components.
5. The proposed solution should be able to connect all new offices of CSL over leased line/
MPLS links/VSAT etc.
6. If the suggested solution is built on the technologies of multiple OEMs, the SI should ensure
that infrastructure components (like routers, core switches, edge switches, internal and
external firewalls, Link load balancing) from various OEMs operate together to create a
seamless integrated solution.
7. The SI and the respective OEM shall ensure the equipment/components being supplied by
them will not be declared “End of Sale” for minimum 3 years from date of the issuance of
Purchase Order (PO). If the same is de-supported by the OEM for any reason whatsoever,
the SI shall replace it with an equivalent or better substitute that is acceptable to purchaser
without any additional cost to the purchaser and without impacting the performance of the
solution in any manner whatsoever
8. SI and respective OEMs shall propose the switches (Core, edge and WAN switches) with life
time warranty as long as CSL use these products as part of the proposed solution.
9. SI shall factor minimum two (2) Automatic Power Transfer switches as part for the proposed
design.
10. Also, SI shall propose all the switches from same OEM vendor (same make)
11. The SI shall ensure the devices supplied should be IPv6 compliant
12. The SI shall provision racks (black), components, sub-components, assemblies, sub-
assemblies required for installation of network infrastructure, without any additional cost to
CSL.
13. The SI must ensure that all the components/services required for the designed solution
should comply with the minimum technical specifications mentioned in ‘Section II - Technical
specifications of network components’ of this RFP.
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 12 of 71
14. The SI shall submit stage wise reports encapsulating the details of the work executed for all
network components including routers, switches, link load balancers, firewalls and all
necessary common infrastructure services to CSL.
15. The SI shall provision necessary and competent manpower and resources for the
Implementation period
16. The proposed network design by the SI should be as per the best practice’s guidelines
published by the OEM’s. OEM must certify their product/s in the design prepared by the SI
for correctness and adherence to best practices.
17. Installation and commissioning of the network components has to be carried out by an OEM
certified engineers with support from OEM. The OEM must be involved with the SI`s
installation engineer throughout the installation, commissioning activity and provide training
to CSL team.
18. All the required software licenses and content update licenses must be procured in the
name of CSL (If any). The soft or hard copy of the same needs to be submitted to CSL at the
time of FAT.
19. The SI must provide soft and hard copies of the OEM product documentation and
configuration manual at the time of FAT.
20. The SI must provide list of supplied inventories along with OEM serial number/service tag at
the time of FAT
21. The SI should do the following at all the locations within CSL campus where network
components are implemented as and when required:
a. Installation of the network components which includes racking and stacking.
b. Supply all interconnecting cables, transceiver optics and required accessories.
c. Shall be responsible for cable dressing and management with tagging for all the
interconnecting cables within the scope.
d. Supply necessary cable ties, cable channels and cable lacing cord, tag marker etc.
e. All devices and cables shall be numbered and tagged as per industry standard.
22. The SI should design and configure all the network services such as VLAN, Network Access
Control (NAC), VPN, ACL, SNMP, NTP, all layer 2 switching and layer 3 routing and security
services.
23. The SI should propose the internal and external firewalls of different OEM’s and comply to
the technical specifications mentioned in section II in this RFP.
24. The SI must provide documentation for installation and configuration after successful
installation and integration of the solution. The documentation must include systematic
procedures to configure the devices, schematic diagram of the solution showing details of
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 13 of 71
the interconnection and OEM serial number, service tags of the supplied equipment. This
document must be submitted to CSL prior to commencement of FAT.
25. The entire solution shall be implemented as per the project timelines mentioned in the RFP.
26. The SI should appoint implementation Project Manager (PM), during the entire
implementation period. He would be the single point of contact for the implementation
activities and for all communication with CSL. The PM shall follow the escalation matrix
defined by CSL.
27. The SI post completing the implementation activities must submit the FAT report to CSL
based on which the commissioning certificate would be issued to the SI and the Operation
Phase of the project would start from then. Also, the SI shall schedule the backup of the
configuration data of devices in discussion with CSL and submit the backup of the
configuration data of the devices.
28. The SI shall arrange detailed periodic trainings from the OEM to CSL personnel or its
designee(s) to enable them to understand/ configure and maintain infrastructure provided
under this RFP.
29. The civil, interior works, furniture and electrical work if any, then it will be the responsibility
of CSL as per the designs of the SI. The SI should explicitly intimate the requirements in
advance to CSL before the commencement of implementation.
30. The SI has to submit the following deliverables, but not limited to:
S. No. Item Timelines
1 Project and migration plan T+ 1 Week
2 Solution design document T+ 4 Weeks
3 Exit management plan T + 4 Week
4 Solution deployment document T+16 Weeks
5 User manuals, installation guides and administration guides T+16 Weeks
6 Configuration and procedure documents T+16 Weeks
7 Schematic diagram of the solution T+16 Weeks
8 Fortnightly and weekly reports on the project
implementation status
Fortnightly and weekly
T = Letter of Intent (LOI)/ Purchase Order (PO) date
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 14 of 71
Table 2: List of deliverables
2.2 OPERATIONS PHASE - Operations and Maintenance services for the Network
Infrastructure at CSL
The second phase of the scope of work is operations and maintenance/ services for the network
infrastructure at Cochin Shipyard Limited. The duration of the operations and maintenance
services would start from the date of issuance of commissioning certificate.
2.2.1 Detailed scope of work
The detailed scope of work for the operations and maintenance services for the network
infrastructure at Cochin Shipyard Limited is as follows:
2.2.1.1 Onsite Support
1. The SI should deploy the required manpower as mentioned in the RFP requirement during
the specified O&M Period in the Purchase Order (PO). They should be deployed on or before
the O&M period starts. The SI shall provide the onsite support to meet the Service Level
Agreements (SLA) mentioned in ‘Section I, under Service Level Agreements clause’ of this
RFP.
2. The SI shall also commit to provide all necessary manpower resources onsite to resolve any
issues/incidents and carry out required changes, optimizations and modification as per the
SLA.
3. The SI shall provide onsite comprehensive technical support services for all the hardware
and software proposed for the entire period of the contract. The technical support should
include all the upgrades, updates and patches that are released by the respective OEMs
during the period of contract
4. The warranty period of the components supplied shall commence from the date of issuance
of commissioning certificate.
2.2.1.2 Infrastructure Management
1. The SI shall provision skilled and experienced manpower resources to administer and manage
the entire network infrastructure solution at CSL as per the RFP requirement.
2. The SI shall be responsible for activities including but not limited to setting up of network
devices, configuring, account management and automating reporting tasks, and executing
hardware and software updates whenever necessary.
3. The SI shall be responsible for troubleshooting issues in the network infrastructure solution.
4. The SI shall implement and maintain standard operating procedures for the maintenance of
the network infrastructure based on the policies formulated in discussion with CSL and based
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 15 of 71
on the industry best practices / frameworks. The SI shall also create and maintain adequate
documentation / checklists for the applicable standards.
5. The SI in consensus with CSL shall be responsible for managing the user names, roles and
passwords of all the relevant subsystems, including, but not limited to routers, switches,
firewalls, link load balancers devices, etc which are implemented as part of the solution.
6. The SI shall ensure proper configuration of network parameters. The SI shall be the single
point of accountability for all hardware maintenance and support the network infrastructure.
It should be noted that the activities performed by the SI will be under the supervision of CSL
7. The SI shall be responsible for network administration, including but not limited to
management of users, processes, preventive maintenance and management of upgrades
including updates, upgrades and patches to ensure that the system is properly updated.
8. The SI shall also be responsible for installation and re-installation in the event of system
crash/failures with OEM support.
9. The SI shall undertake regular analysis of events and logs generated in all the sub systems.
The SI shall undertake actions in accordance with the results of the log analysis. The SI should
also ensure that the logs are backed up and truncated at regular intervals.
10. The SI should adopt a defined process for change and configuration management in the areas
including, but not limited to, changes in network components, applying patches, etc.
11. The SI should provide hardening of network components in line with the defined security
policies
12. Documentation regarding configuration of all network components
13. The SI should inform Cochin Shipyard Limited in the event of failure of network service with
escalation.
2.2.1.3 Network and Security Administration
1. The SI should extend necessary support in connectivity, network, cabling & configuration as
and when required
2. The SI shall ensure the network infrastructure is available 24x7x365 as per the prescribed
SLAs which will include activities including but not limited to configuration, provisioning,
patches, updates, firmware upgrades, port/transceiver replacements and augmentation as
necessary, policy management, trouble shooting, and root cause analysis as necessary for all
network devices commissioned
3. The operations and administration including configuration, necessary patches and firmware
upgrades as applicable & trouble shooting of network services is also expected to cover
devices including but not limited to internet router, link load balancers, external & internal
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 16 of 71
firewalls, core & access switches and any other network device that may be additionally
provisioned by CSL in future
4. Configuration and backup of network devices including documentation of all configurations
5. Create and modify VLAN, assignment of ports and segregation of application traffic.
6. Execute break fix maintenance of the LAN cabling or maintenance work
7. Addressing the ongoing needs of security management including, but not limited to,
monitoring of various devices / tools such as firewall, intrusion detection, content filtering
and blocking, virus protection, and vulnerability protection through implementation of
proper patches and rules
8. The SI will be required to submit reports in a format provided by CSL
9. Root domain administration by creating the root and sub-domains and setting the root level
security policies such as authentication mechanisms (single/multi factor), password policies
such as password length, password complexity, password expiry, account lockout policy,
certificate policies, IPSEC policies etc.
10. Maintaining an updated knowledge base of all the published security vulnerabilities and virus
threats for related software and microcode etc.
11. Ensuring that patches / workarounds for identified vulnerabilities are applied in a timely
manner
12. Respond to security breaches or other security incidents and coordinate with respective OEM
to ensure that appropriate patches and upgrades are applied
13. Maintenance and management of security devices, including, but not limited to maintaining
firewall services to restrict network protocols and traffic, detecting intrusions or
unauthorized access to networks, systems, services, applications or data.
2.2.1.4 Patch Management
1. The SI shall ensure an effective patch management process may be implemented for all OEM
supplied patches, configuration changes, or changes to the organization's internally
developed software
2. Patch Management for common infrastructure should be completed on timely manner
3. The SI shall ensure the configuration review of all the devices periodically
4. Co-ordination and intimation to CSL Team for necessary patch updates as and when relevant
5. Policies and procedures shall be established, and supporting processes and technical
measures implemented, for timely detection of vulnerabilities within applications,
infrastructure network and system components to ensure the efficiency of implemented
security controls
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 17 of 71
6. Policies and procedures shall be established, and supporting business processes and technical
measures implemented, to prevent the execution of unauthorized code, defined as software
transferred between systems over a trusted or untrusted network and executed on a local
system without explicit installation or execution by the recipient, on organization allowed or
managed user end-point devices (e.g., issued workstations, laptops, and mobile devices) and
network infrastructure network and systems components
2.2.1.5 Report Management
1. The SI should submit all necessary MIS reports in a format mutually discussed and approved
by CSL.
2. CSL may use the services of a 3rd party Consultant/Auditor to analyse the MIS reports and
formats for review of SLA compliance and operations.
3. SI should submit all necessary reports, but not limited to reports indicated below and the
type and format of reports will be reviewed by CSL any time during the operations phase. Any
necessary report formats in compliance with the Audit & Certification requirements are to be
made available by the SI.
Daily reports
• Summary of issues / complaints logged at the Help Desk
• Summary of resolved, unresolved and escalated issues
complaints
• Log of backup and restoration undertaken
Weekly reports
• Issues / Complaints Analysis report for virus calls, call trend, call
history, etc.
• Summary of systems rebooted
• Summary of issues / complaints logged with the OEMs
• Inventory of spare parts for critical components
• Summary of changes undertaken including major changes like
configuration changes, patch upgrades, database
reorganization, storage reorganization, etc. and minor changes
like log truncation, volume expansion, user creation, user
password reset etc.
Monthly reports
• Component wise physical as well as network infrastructure
availability and resource utilization
• Summary of component wise uptime
• Consolidated SLA / (non)-conformance report.
• Log of preventive / scheduled maintenance undertaken
• Log of break-fix maintenance undertaken
Quarterly reports
• Component wise physical as well as network infrastructure
availability and resource utilization
Half-Yearly reports
• Component wise physical as well as network infrastructure
availability and resource utilization
• Consolidated SLA / (non)-conformance report.
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 18 of 71
Table 3: List of report
2.2.1.6 Exit Management
1. Exit management shall involve the complete handover of the operations of the existing
network infrastructure to the team identified by CSL, which would take care of continued
operations during or after the tenure of the contract with the SI.
2. Exit Plan has to be submitted by the SI and approved by CSL.
3. Exit procedure needs to be carried out as per approved exit plan.
4. Exit Plan would include transfer of Intellectual property, transfer of assets, knowledge
transfer and smooth transition from SI’s operation and maintenance team to new team
selected and managed by CSL.
5. Exit Plan would also include the list of pending and planned future activities to CSL
6. At the end of the contract period, the SI shall handover all the equipment/ software/
components supplied and installed under the project as per purchase order along with
media, manuals, documentation to the CSL or its nominee in up and running condition with
location-wise inventory / stock registers.
7. The SI shall hand over the entire physical and intellectual infrastructure deployed under the
project in good running condition and supported by respective reports (in form of Hard and
Soft copy), documents, updates/ upgrades record pertaining to software for networking
equipment, security solutions, operating systems, Help/Service Desk, tools deployed for
service level management, facility management, configuration management, etc.
8. The SI shall also provide complete inventory record of all the equipment including necessary
tools installed and operational along with their maintenance record at the time of handover
of the project. However, at the time of actual handover CSL may ask the SI to provide any
information related to the project which may not be covered in this section.
9. The SI has to unconditionally provide all such information to CSL or its nominee within
desired timeframe in unobtrusive way.
10. SI would be providing such information without any additional cost to CSL.
11. Failure to provide such information in time shall be treated as a breach of contract.
3. Warranty Support:
All the supplied equipment/system (hardware/software) except core, edge and WAN switches shall
be covered under an OEM warranty for total 05 (FIVE) years and core switch and edge switches with
life time warranty as long as CSL use these products. Warranty period shall start from the date of
issuance of the commissioning certificate.
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 19 of 71
Warranty & Support shall be delivered directly by the respective OEMs and shall be supported with
the MAF as per the ‘Form 4 – Manufacture’s Authorization Form’ in Annexures.
The OEM shall undertake to:
a) Provide Comprehensive warranty for the supplied systems/subsystems for a period of 05 (FIVE)
years from the date of issue of commissioning certificate.
b) Warrant the tapes, Diskettes, CDs or the media to be free of defects in material and
workmanship under normal case. The defective material shall be replaced free of cost.
c) If any item / document/manual supplied by the supplier are found to be inadequate/ incomplete
within the period of the contract, the supplier shall replace/complete such item/
document/manual at their cost within 15 days’ time.
d) The scope under warranty shall cover to provide services as described below for all the
equipment (including Hardware and Software) in this tender to ensure maximum uptime and
performance levels of all hardware & software in the Landscape of CSL’s IT Environment.
The warranty period for the network infrastructure shall commence from the date of issuance of
commissioning certificate/ commencement of operation and maintenance.
CSL shall take the decision to discontinue the specific network components/ service due to
unresolvable, incompatible, non-upgradable and inconsistent issues. Also, SI has to inspect and
notify any equipment which has reached end of life 6 months in advance for planning replacement /
corrective actions.
3.1 Support during Warranty
The successful bidder shall deploy one onsite engineer to manage the network Infrastructure
components from the date of issue Purchase Order (PO). The deployed onsite engineer shall be
available onsite for support from 9 AM to 6PM on all CSL working days, and on need basis during
non-office hours the engineer shall reach the site within one hour.
Bidder must provide the man power cost for onsite on per year basis in the price bid. CSL holds the
right to negotiate rate terms with the successful bidder.
CSL has the right to discontinue the onsite man power services and take over support after one year
from the date of Purchase Order (PO)and also ask for a change in man power by citing reasons if
competency is not sufficient. The bidder shall arrange a replacement within 3 (THREE) working days
having the same or higher competency level.
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 20 of 71
The SI has to continue support by default even in case of termination of onsite man power contract.
Also, SI shall propose a point of contact/ SPOC during this period (after the termination of on-site
man power). Provision for remote support shall be arranged if required during this required. The
escalation matrix of the SI should also be provided. SPOC must submit a weekly, monthly, quarterly
and half-yearly reports as mentioned in the ‘Section I, under Report Management clause’, along with
a fortnightly visit to CSL every month without any additional cost to CSL.
3.2 Warranty shall cover the following
1. Repair / Replacement of Hardware and other supplied items inclusive of all types of spare parts.
a) Installation / Re-Installation / Maintenance of OS, system software and other supplied
software
b) All system patches, upgrades, service packs etc. of the OS and all other software supplied
and installed by the OEM shall be made available free of cost.
c) System management during onsite deployment of the engineer of the successful bidder:
i. Monitoring, logging and reporting of the equipment operation on 24x7x365 basis
ii. Periodic health checks of the systems and implementing proactive rectification
measures.
iii. Analysing, troubleshooting and reporting all system related issues.
iv. All incidents must be documented and logged as per the format mutually agreed upon.
d) Liaison with various vendors, OEMs, agencies and service providers for equipment
maintenance & related work.
2. Server Administration: Server administration Functions include following activities in
consultation with CSL Personnel during the onsite deployment of the engineer of the successful
bidder:
a) Operating system administration and tuning
b) OS and software re-installation in the event of system crash/failures with OEM coordination
during duration of the contract
c) Configuring file systems, volumes and apportioning disk space
d) Ensure proper configuration of server parameters.
e) Periodic system performance tuning.
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 21 of 71
f) Addition, deletion, re-configuration of devices, additional users and printers etc.
g) Implementing security patches on servers at all levels.
h) Orderly start-up and shutdown of servers as per laid down procedures.
i) Security management – Configuring account policy, access rights and control as per security
policy.
j) Ensure all critical services are running properly on the servers. Schedule and optimize these
services.
k) Maintain lists of all system files, root directories and volumes.
l) Resolving all server related problems.
m) Escalating unresolved problems to ensure resolution as per the agreed SLA.
3.3 System Availability Requirements & Deduction for Non-performance
These availability requirements are associated with non-performance deduction to have desired
uptime availability and delivery of service to CSL. The availability requirements shall remain effective
during warranty period. Non-Performance deduction during these periods shall be calculated.
The bidder shall maintain logs for each of the service provided and shall provide necessary reports
which shall help in ascertaining the service levels and calculation of non-performance deduction.
The downtime for scheduled maintenance (patch application, upgrades – OS, Database, etc.) shall
need to be mutually agreed between CSL and the SI. To reduce this time, various maintenance
activities can be clubbed together with proper planning.
3.4 Service Level Agreements
The response time (time before the reported incident must be updated/acknowledged by the
support team post assignment) and resolution time (time before the reported incident stands
completely resolved and the erroneous functionality becomes operational again) shall be the basis
for defining service level agreements (SLA) for functional & technical support:
Priority Max Response Time Max Resolution Time
(High) Business Showstopper 30 Minutes 4 Hours
(Medium) 30 Minutes 8 Hours (one working day)
(Low) 30 Minutes 24 Hours (three working days)
Table: Severity levels definition
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 22 of 71
Priority Criteria Service Levels
(In Business Hours)
(High) Business
Showstopper
A critical function is not available or
very seriously impaired; the impact on
business is severe; a large number of
end users are unable to perform their
normal work; and/or no readily
available alternative exists
Response within 30 minutes,
restoration of service shall be
within 4 hours
(Medium)
A critical service is unavailable or
seriously impacted by a problem;
degraded system performance; no
realistic work around is available and
financial, customer-related or safety
related impacts could occur
Response within 30 minutes,
restoration of service shall be
within 8 hours
(Low)
A non-critical service is unavailable or
impaired by a problem; Degraded
system performance. There is no direct
immediate impact on the business.
Work can continue with minor
disruptions or loss of efficiency.
Alternative ways of performing normal
work is available
Response within 30 minutes
and resolution within 24 hours.
Note: Irrespective of the above SLA, the SI shall ensure that repair/ replacement of faulty
component (in case of HA component) is carried out within 48 hours.
Table: Severity levels along with Response time and Resolution time
The above-mentioned SLA’s is applicable on holidays also. The performance of the support team
shall be tracked on a monthly basis as per the SLA detailed in table above.
In case of slippage in SLA percentage for any category of incidents, the bidder shall be penalised as
detailed below.
3.5 SLA Violations and Associated Penalties
A quarterly performance evaluation shall be conducted using quarterly reports of that respective
quarter.
Penalty Calculations: Penalty calculation will be done as per the below methodology. Penalty table
includes penalty that would be levied on bidder on non-achievement of SLAs. Slabs have been
created for each SLA and penalty would be imposed on bidder as per the SLA achievement/ non-
achievement for the period under consideration.
Priority Allotted
Time
Blocks(hrs)
Number of
Issues
unresolved
Pending
hours (No.
of
additional
time
blocks)
P=No. issues
unresolved
*No time
blocks
Weightage Penalty
Charges
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 23 of 71
Priority Allotted
Time
Blocks(hrs)
Number of
Issues
unresolved
Pending
hours (No.
of
additional
time
blocks)
P=No. issues
unresolved
*No time
blocks
Weightage Penalty
Charges
High 0-4 x a p1=x*a 0.003 p1* 0.003*T
Medium 0-8 y b p2=y*b 0.002 p2* 0.002*T
Low 0-24 z c p3=z*c 0.001 p3* 0.001*T
Table: Penalty calculation
Where T is the total payment due for corresponding quarter of Warranty.
Supplier shall ensure 99% uptime for the total solution in high availability mode
Penalty is limited to maximum 10% of the amount due for the year.
Payments to the Bidder are linked to the compliance with the SLA metrics. During the contract
period, it is envisaged that there could be changes to the SLAs, in terms of addition, alteration or
deletion of certain parameters, based on mutual consent of both the parties i.e. CSL and Bidder.
The Bidder shall monitor and maintain the stated service levels to provide quality service. Bidder
shall provide automated SLA reports/ MIS reports and provide access to CSL or its designated
personnel to the tools used for SLA monitoring.
4. Performance Monitoring and Reporting
a) Ensure regular monitoring and maintain a log of the performance monitoring of networks.
b) Ensure regular analysis of events and logs generated in the entire network and ensure that the
logs are backed up and truncated at regular intervals.
c) Undertake appropriate actions in accordance with the results of the log analysis to ensure
optimal performance
5. Performance Standard
It should be ensured that network equipment’s performance and responses are according to the
definition as indicated in the SLA.
6. Software and Tools
All software to be supplied under the scope of the project must be of current versions that are
currently supported by their originator, if relevant. Software tools must be compliant with generally
accepted standards. All required genuine licenses for any of the component must be provided in the
name of Cochin Shipyard Limited.
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 24 of 71
7. Manuals and Documents
The SI should provide system administration manual(s), User / operational manual(s) and all related
manual(s), service guides and handbooks, which shall be used by CSL to run the entire network. This
should include how the various parameters should be monitored / tuned in a live system.
All installation and configuration reports, documents, diagrams etc are to be supplied before
commissioning. Two set of printed manuals and one set in soft copy on CD should be provided.
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 25 of 71
SECTION II - TECHNICAL SPECIFICATIONS OF NETWORK COMPONENTS
1. WAN ROUTER
S. No Minimum Requirements Compliance
(Yes / No)
REQ. WR.001 Must support 1000 Mbps initially and upgradable to 1500 Mbps of
Throughput
REQ. WR.002 Must have 12 WAN / LAN Giga Ports with 12 SFP combo port
REQ. WR.003 Must support 3 Open Slots for future expandability
REQ. WR.004 Must Support 8 GB RAM with 2 USB support
REQ. WR.005 Must support Dual redundant power supply with both AC and DC
support
REQ. WR.006
Must support Layer 2 Tunneling Protocol, Bidirectional Forwarding
Detection, Multiprotocol Label Switching, Virtual routing and
forwarding, Virtual Extensible LAN; Ethernet over MPLS
REQ. WR.007 Must support Encryption of DES, 3DES, AES-128 or AES-256;
Authentication: RSA (748/1024/2048 bit), MD5, SHA1
REQ. WR.008
Must support QoS, Class-Based Weighted Fair Que, Weighted
Random Early Detection (WRED), Hierarchical QoS, Policy-Based
Routing (PBR), Performance Routing/ Network Quality Analyzer
(NQA)
REQ. WR.009
Must support IPv4, IPv6, static routes, Routing Information
Protocol Versions 1 and 2 (RIP and RIPv2), Open Shortest Path First
(OSPF), Border Gateway Protocol (BGP), BGP Router Reflector,
Intermediate System-to-Intermediate System (IS-IS)
REQ. WR.010
Must support Multicast Internet Group Management Protocol
Version 3 (IGMPv3), Protocol Independent Multicast sparse mode
(PIM SM), PIM Source-Specific Multicast (SSM), Resource
Reservation Protocol (RSVP)
REQ. WR.011 Must support Internet Key Exchange (IKE), access control lists
(ACL), Dynamic Host Configuration Protocol (DHCP), Frame Relay
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 26 of 71
S. No Minimum Requirements Compliance
(Yes / No)
(FR), DNS
REQ. WR.012
Must support RADIUS, authentication, authorization, and
accounting (AAA), IPv4-to-IPv6 Multicast, MPLS, Layer 2 and Layer
3 VPN, IPsec, Layer 2 Tunnelling Protocol (L2TP), Bidirectional
Forwarding Detection (BFD), IEEE 802.1ag
REQ. WR.013
Must support Generic routing encapsulation (GRE), Ethernet,
802.1q VLAN, Point-to-Point Protocol (PPP), Multilink Point-to-
Point Protocol (MLPPP), Frame Relay, High-Level Data Link Control
(HDLC), Serial (RS-232, RS-449, and V.35), and PPP over Ethernet
(PPPoE)
REQ. WR.014
Must support GUI-based device-management tool simplifies that
routing, firewall, VPN, unified communications, and WAN and LAN
configuration
REQ. WR.016 Support secured bootloader software to prevent malicious or
unintended software from booting on the system
REQ. WR.017
Must support Dynamic VPN, zone-based firewalls, and content
management by protecting data, providing authentication
credentials, and enable transmissions that are not backhauled
through the data center
REQ. WR.019 Must support SDWAN functions with Application awareness and
IPS signature updates
REQ. WR.020 Must support SDWAN functions with dynamic multi-path with TCP
optimization
REQ. WR.021 Must support SDWAN functions with hub and spoke and full mesh
topology with Application & SLA based policies
REQ. WR.022 Must support SDWAN functions with unlimited segmentation /
VPN
REQ. WR.023 Must support SDWAN functions with URL Filtering with DNS
security visibility and SSL proxy with webcaching
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 27 of 71
S. No Minimum Requirements Compliance
(Yes / No)
REQ. WR.024 Must be NDPP or EAL certified
REQ. WR.025 Must have Operating temperature of 0º to 40ºC
REQ. WR.026
The OEM should be leader or challengers in Gartner's magic
Quadrant for last 3 (three) Consecutive years (2017,2018 & 2019)
for wired and wireless LAN access infrastructure.
REQ. WR.027
The Proposed router should support 5 Years 8 X 5 X NBD hardware
replacement support with twenty-four-hour global access to OEM
Technical assistance center.
2. CORE SWITCH
S. No Functionalities Minimum Requirements Compliance (Yes
/ No)
REQ.CS.001
Shall have minimum five slots each of
which is available for hot-swappable
network port modules
REQ.CS.002
The switch shall have shall have
distributed switching architecture on
each interface module (any
additional hardware shall be
proposed to achieve distributed
switching)
REQ.CS.003
The switch shall have shall have
distributed switching architecture on
each interface module (any
additional hardware and software
shall be proposed to achieve
distributed switching)
REQ.CS.004
• The switch shall support
minimum 144 autosensing
10/100/1000 ports or 144 SFPs.
• The switch must be populated
with 20 X 1G SM SFP ,8 X 1G
MM SFP and 8 X1G copper
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 28 of 71
S. No Functionalities Minimum Requirements Compliance (Yes
/ No)
interface.
• 2 * 40 Gbps need be connected
either via QSFP+ or QSFP Cables
to form HA between Switches.
REQ.CS.005
The switch shall support 2000 Gbps
Backplane and minimum 900 MPPS
forwarding throughput and dual core
processor, 8 Gb DRAM 16Gb Flash
REQ.CS.006
The switch shall support SFP+ (Fiber)
and Copper (10G-Base T, UTP) 10G
capability to allow customer to
choose based on the backbone
cabling design
REQ.CS.007 The Switch should support Multi-
Gigabit ports
REQ.CS.008 The switch shall support Non-PoE,
PoE and PoE+ Gigabit Line cards
REQ.CS.009 1 RJ-45 console port
REQ.CS.010
Packet buffer size of minimum 10 MB
per module to support
video/streaming traffic
REQ.CS.011 Shall have routing/switching capacity
of minimum 960 Gbps
REQ.CS.012 Shall have 570 million pps or more
switching throughput
REQ.CS.013 Shall provide High-performance, low-
latency
REQ.CS.014
Software defined
Networking
The Switch should support OpenFlow
1.0 and 1.3 specifications to enable
SDN by allowing separation of the
data (packet forwarding) and control
(routing decision) paths
REQ.CS.015
The Switch should create custom
OpenFlow pipelines (processing
stages) on-demand to support new
SDN applications
REQ.CS.016 Policy manager/ management
support
REQ.CS.017
The Switch should support unified
wired and wireless policies using
Policy manager/ management
REQ.CS.018 The Switch should support HTTP
redirect function
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 29 of 71
S. No Functionalities Minimum Requirements Compliance (Yes
/ No)
REQ.CS.019
The Switch should able to configure
switch for port security, add VLAN,
and set PoE priority
REQ.CS.020
Quality of service
(QoS)
The Switch should classify traffic
using multiple match criteria based
on Layer 2, 3, and 4 information;
applies QoS policies such as setting
priority level and rate limit to
selected traffic on a per-port or per-
VLAN basis
REQ.CS.021 Traffic prioritization
REQ.CS.022
The Switch should support real-time
traffic classification into eight priority
levels mapped to eight queues
REQ.CS.023 Bandwidth shaping
REQ.CS.024
The switch should support port-
based rate limiting to provides per-
port ingress-/egress-enforced
increased bandwidth
REQ.CS.025 The switch should support classifier-
based rate limiting
REQ.CS.026
The switch should provide per-port,
per-queue egress-based reduced
bandwidth
REQ.CS.027
The switch should support IEEE
802.1p priority tag based on IP
address, IP Type of Service (ToS),
Layer 3 protocol, TCP/UDP port
number, source port, and DiffServ
REQ.CS.028
Management
The switch should mirror selected
ingress/egress traffic based on ACL,
port, MAC address, or VLAN to a local
or remote Switch located anywhere
on the network
REQ.CS.029 The switch should support RMON,
XRMON, and sFlow
REQ.CS.030
The switch should support IEEE
802.1AB Link Layer Discovery
Protocol (LLDP)
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 30 of 71
S. No Functionalities Minimum Requirements Compliance (Yes
/ No)
REQ.CS.031
The switch should leverage RADIUS
to link a custom list of CLI commands
to an individual network
administrator's login; an audit trail
documents activity
REQ.CS.032 The switch should support Friendly
port names
REQ.CS.033
The switch should support provide
independent primary and secondary
operating system files for backup
while upgrading
REQ.CS.034 The switch should support Multiple
configuration files
REQ.CS.035
The switch should support
Unidirectional Link Detection
(UDLD)/DLDP
REQ.CS.036
The switch should use settings in
DHCP to enable Zero-Touch
ProVisioning with Network
Management tool
REQ.CS.037
Connectivity
The switch should support IEEE
802.3az Energy Efficient Ethernet
REQ.CS.038
The switch should support IEEE
802.3af and IEEE 802.3at Power over
Ethernet (PoE)
REQ.CS.039 The switch should support Jumbo
frames
REQ.CS.040
The switch should provide automatic
adjustments for straight-through or
crossover cables on all 10/100 and
10/100/1000 ports
REQ.CS.041
IPV6 Feature
The switch should support IPv6 host
REQ.CS.042 The switch should support Dual stack
(IPv4 and IPv6)
REQ.CS.043 The switch should support MLD
snooping
REQ.CS.044 The switch should support IPv6
ACL/QoS
REQ.CS.045 supports ACL and QoS for IPv6 traffic
REQ.CS.046
The switch should support static,
RIPng, OSPFv3 routing protocols
from day one
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 31 of 71
S. No Functionalities Minimum Requirements Compliance (Yes
/ No)
REQ.CS.047
The switch should support
encapsulation of IPv6 traffic in IPv4
packets from day one
REQ.CS.048
The switch should have RA guard,
DHCPv6 protection, dynamic IPv6
lockdown, and ND snooping
REQ.CS.049
Resiliency and
availability
The Switch should create one virtual
resilient switch from two switches
and attached the network devices
using standard LACP for automatic
load balancing and high availability to
simplify network operation by reduce
the need for complex protocols like
Spanning Tree Protocol (STP), Equal-
Cost Multipath (ECMP), and VRRP
REQ.CS.050
The switch should support Virtual
Router Redundancy Protocol (VRRP)
from day one
REQ.CS.051 The switch should support Nonstop
switching
REQ.CS.052 The switch should support Nonstop
routing
REQ.CS.053
The switch should support
Redundant management module and
power
REQ.CS.054
The switch should support IEEE
802.1s Multiple Spanning Tree
Protocol and 802.1w Rapid Spanning
Tree Protocol
REQ.CS.055
The switch should support IEEE
802.3ad Link Aggregation Control
Protocol (LACP) and port trunking
REQ.CS.056
The switch should support up to 144
trunks, each with up to eight links
(ports) per trunk
REQ.CS.057
The switch should enable loop-free
and redundant network topology
without using Spanning Tree
Protocol; allows a server or switch to
connect to two switches using one
logical trunk for redundancy and load
sharing
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 32 of 71
S. No Functionalities Minimum Requirements Compliance (Yes
/ No)
REQ.CS.058
The switch should provide
uninterrupted power and allows hot-
swapping of the redundant power
supplies when installed
REQ.CS.059 The switch should support Hot-
swappable modules
REQ.CS.060 The switch should support Uplink
Failure Detection
REQ.CS.061
The switch should support easy-to-
configure link redundancy of active
and standby links
REQ.CS.062
Layer 2 Switching
MAC address table size of 64000
entries
REQ.CS.063 The switch should support IEEE
802.1v protocol VLANs
REQ.CS.064 The switch should support IEEE
802.1ad Q-in-Q
REQ.CS.065 The switch should support MAC-
based VLAN
REQ.CS.066 The switch should support Rapid Per-
VLAN Spanning Tree (RPVST+)
REQ.CS.067
The switch should support
dynamically load balancing across
multiple active redundant links to
increase available aggregate
bandwidth to allow concurrent Layer
3 routing
REQ.CS.068 The switch should support GVRP and
MVRP
REQ.CS.069 allows automatic learning and
dynamic assignment of VLANs
REQ.CS.070
The switch should support VxLAN
encapsulation (tunnelling) protocol
for overlay network that enables a
more scalable virtual network
deployment
REQ.CS.071 The switch should support VLAN and
tagging
REQ.CS.072
The switch should support IEEE
802.1Q standard and 4096 VLANs
simultaneously
REQ.CS.073 Layer 3 services
The switch should support User
Datagram Protocol (UDP) helper
function
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 33 of 71
S. No Functionalities Minimum Requirements Compliance (Yes
/ No)
REQ.CS.074 The switch should support Loopback
interface address
REQ.CS.075 The switch should support Route
maps
REQ.CS.076 The switch should support DHCP
server
REQ.CS.077
The switch should support
Bidirectional Forwarding Detection
(BFD)
REQ.CS.078
Layer 3 routing
The switch should support 10000
(IPv4), 5000 (IPv6) routing entries
REQ.CS.079
The switch should support Static IP
routing for both IPv4 and IPv6
networks
REQ.CS.080
The switch should support OSPFv2
for IPv4 routing and OSPFv3 for IPv6
routing from day one
REQ.CS.081 The switch should support Policy-
based routing from day one
REQ.CS.082
The switch should support Border
Gateway Protocol (BGP) from day
one
REQ.CS.083
The switch should support RIPv1,
RIPv2, and RIPng routing from day
one
REQ.CS.084
Security
The switch should provide filtering
based on the IP field,
source/destination IP
address/subnet, and
source/destination TCP/UDP port
number on per-VLAN or per-port
basis
REQ.CS.085 The switch should support IEEE
802.1X users per port
REQ.CS.086
The switch should support Web-
based authentication from a Web
browser for clients that do not
support IEEE 802.1X supplicant
REQ.CS.087 The switch should support MAC-
based authentication
REQ.CS.088
The switch should support
Concurrent IEEE 802.1X, Web, and
MAC authentication schemes per
port
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 34 of 71
S. No Functionalities Minimum Requirements Compliance (Yes
/ No)
REQ.CS.089
The switch should detect traffic
patterns typical of worm-type viruses
and either throttles or entirely
prevents the virus from spreading
across the routed VLANs or bridged
interfaces without requiring external
appliances
REQ.CS.090
The switch should support DHCP
protection to blocks DHCP packets
from unauthorized DHCP servers,
preventing denial-of-service attacks
REQ.CS.091
The switch should support secure
encryption of all access methods (CLI,
GUI, or MIB) through SSHv2, SSL,
and/or SNMPv3
REQ.CS.092 The switch should support CPU
protection
REQ.CS.093
The switch should support ICMP
throttling to defeat ICMP denial-of-
service attacks by enabling any
switch port to automatically throttle
ICMP traffic
REQ.CS.094 The switch should support STP BPDU
port protection
REQ.CS.095 The switch should support Dynamic
IP lockdown
REQ.CS.096 The switch should support Dynamic
ARP protection
REQ.CS.097 The switch should support STP Root
Guard
REQ.CS.098 The switch should support Detection
of malicious attacks
REQ.CS.099
The switch should support Port
security to allow access only to
specified MAC addresses, which can
be learned or specified by the
administrator
REQ.CS.100 The switch should support MAC
address lockout
REQ.CS.101 The switch should support Source-
port filtering
REQ.CS.102 The switch should support
RADIUS/TACACS+
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 35 of 71
S. No Functionalities Minimum Requirements Compliance (Yes
/ No)
REQ.CS.103 The switch should support Secure
Shell
REQ.CS.104 The switch should support Secure
Sockets Layer (SSL)
REQ.CS.105 The switch should support Secure
FTP
REQ.CS.106
The switch should support secure
management interfaces such as
SNMP, telnet, SSH, SSL, Web, and
USB at the desired level
REQ.CS.107 Switch management logon security
REQ.CS.108
helps secure switch CLI logon by
optionally requiring either RADIUS or
TACACS+ authentication
REQ.CS.109
The switch should support
customized security policy when
users log in to the switch
REQ.CS.110 The switch should support IEEE
802.1AE MACsec
REQ.CS.111 The switch should support Private
VLAN
REQ.CS.112
Convergence
The switch should support IP
multicast routing
REQ.CS.113
The switch should support IP
multicast snooping (data-driven
IGMP)
REQ.CS.114 The switch should support LLDP-MED
(Media Endpoint Discovery)
REQ.CS.115 PoE allocations
REQ.CS.116
The switch should support multiple
methods (automatic, IEEE 802.3af
class, LLDP-MED, or user specified) to
allocate PoE power for more efficient
energy savings
REQ.CS.117 The switch should support Auto
VLAN configuration for voice
REQ.CS.118 The switch should support Local MAC
Authentication
REQ.CS.119 Environmental
features
Shall support IEEE 802.3az Energy-
efficient Ethernet (EEE) to reduce
power consumption
REQ.CS.120 Operating temperature of 0°C to
40°C
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 36 of 71
S. No Functionalities Minimum Requirements Compliance (Yes
/ No)
REQ.CS.121
Safety and Emission standards
including EN 60950; IEC 60950; FCC
part 15 Class A
REQ.CS.122
Warranty and
support
The below Warranty shall be offered
directly from the switch OEM.
REQ.CS.123
Life time warranty as long as CSL use
this product, with next-business-day
support
REQ.CS.124 Software upgrades/updates shall be
included as part of the warranty
REQ.CS.125
The OEM should be a ‘Leader’ or ‘or
‘Challenger’ in latest Gartner Magic
Quadrant for the Wired and Wireless
LAN Access Infrastructure for last
consecutive 3 years (2017,2018 &
2019)
3. 24 PORT EDGE SWITCH
S. No Functionalities Minimum Requirements Compliance
(Yes / No)
REQ.24ESW.001
24 RJ-45 autosensing 10/100/1000 ports
and 2x1G SFP (SM) Should be populated
from day 1
REQ.24ESW.002 Life time warranty as long as CSL use these
products, with advance replacement and
next-business-day delivery Day one
REQ.24ESW.003 Switch shall support 2 MB Packet buffer size
REQ.24ESW.004 Shall have switching capacity of 128 Gbps
REQ.24ESW.005 Shall have up to 95 million pps switching
throughput
REQ.24ESW.006 The Switch should support minimum 8000
MAC address
REQ.24ESW.007 The switch should have Routing table size of
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 37 of 71
S. No Functionalities Minimum Requirements Compliance
(Yes / No)
10000 entries (IPv4), 5000 entries (IPv6)
REQ.24ESW.008
SDN capability
OpenFlow protocol capability to enable
software-defined networking
REQ.24ESW.009 The switch should support OpenFlow 1.0
and 1.3 specifications to enable SDN by
allowing separation of the data (packet
forwarding) and control (routing decision)
paths
REQ.24ESW.010
Features
The switch should support HTTP redirect
function
REQ.24ESW.011 The switch should support User role to
defines a set of switch-based policies in
areas such as security, authentication, and
QoS. A user role can be assigned to a group
of users or devices, using switch
configuration
REQ.24ESW.012 The switch should support authentication
and network policies will be applied and
enforced at the Controller
REQ.24ESW.013 The Switch should support clients visibility
with static IP address
REQ.24ESW.014
Quality of service
(QoS)
The switch should support Traffic
prioritization (IEEE 802.1p)
REQ.24ESW.015 The switch should support Layer 4
prioritization to enable prioritization based
on TCP/UDP port numbers
REQ.24ESW.016 The switch should support Class of Service
(CoS) to sets the IEEE 802.1p priority tag
based on IP address, IP Type of Service
(ToS), Layer 3 protocol, TCP/UDP port
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 38 of 71
S. No Functionalities Minimum Requirements Compliance
(Yes / No)
number, source port, and DiffServ
REQ.24ESW.017 The switch should support Rate limiting to
sets per-port ingress enforced maximums
and per-port, per-queue minimums
REQ.24ESW.018 The switch should provide congestion
management
REQ.24ESW.019 Connectivity The switch should support Auto-MDIX
REQ.24ESW.020
IPV6 Feature
The switch should support IPV6 host to
enable switches to be managed in an IPv6
network
REQ.24ESW.021 The switch should support Dual stack
REQ.24ESW.022 The switch should support MLD snooping to
forward IPv6 multicast traffic to the
appropriate interface
REQ.24ESW.023 The switch should support ACL and QoS for
IPv6 network traffic
REQ.24ESW.024 The switch should support static and RIPng
protocols for IPV6
REQ.24ESW.025
Security
The switch should support RA guard,
DHCPv6 protection, dynamic IPv6 lockdown,
and ND snooping
REQ.24ESW.026 The switch should have Energy-efficient
design
REQ.24ESW.027 The switch should support Energy-efficient
Ethernet (EEE) to reduce power
consumption in accordance with IEEE
802.3az
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 39 of 71
S. No Functionalities Minimum Requirements Compliance
(Yes / No)
REQ.24ESW.028 The switch should support very low latency,
increased packet buffering, and adaptive
power consumption
REQ.24ESW.029 Selectable queue configurations
REQ.24ESW.030 The switch should have facility to allow for
increased performance by selecting the
number of queues and associated memory
buffering that best meet the requirements
of the network applications
REQ.24ESW.031
Convergence
The switch should support IP multicast
routing and PIM Sparse and Dense modes to
route IP multicast traffic
REQ.24ESW.032 The switch should support IP multicast
snooping and data-driven IGMP
REQ.24ESW.033 The switch should support LLDP-MED
(Media Endpoint Discovery)
REQ.24ESW.034 The switch should support IEEE 802.1AB Link
Layer Discovery Protocol (LLDP)
REQ.24ESW.035 The switch should support Local MAC
Authentication
REQ.24ESW.036
Resiliency and
availability
The Switch should create one virtual
resilient switch from four switches and
attached the network devices using
standard LACP for automatic load balancing
and high availability
REQ.24ESW.037 The switch should support Virtual Router
Redundancy Protocol (VRRP)
REQ.24ESW.038 The switch should support IEEE 802.1s
Multiple Spanning Tree
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 40 of 71
S. No Functionalities Minimum Requirements Compliance
(Yes / No)
REQ.24ESW.039 The switch should support IEEE 802.3ad link-
aggregation-control protocol (LACP) and
port trunking
REQ.24ESW.040 The switch should provide easy-to-configure
link redundancy of active and standby links
REQ.24ESW.041
Management and
Manageability
The switch should support SNMPv1, v2, and
v3
REQ.24ESW.042 The switch should support Zero-Touch
Provisioning (ZTP)
REQ.24ESW.043 The switch should support cloud-based
management platform offers simple, secure,
and cost-effective way to manage switches
REQ.24ESW.044 The switch should support Dual flash images
REQ.24ESW.045 The switch should allow assignment of
descriptive names to ports
REQ.24ESW.046 Find-Fix-Inform
REQ.24ESW.047 The switch should have the capability to find
and fixes common network problems
automatically, then informs administrator
REQ.24ESW.048 The switch should allow multiple
configuration files to be stored to a flash
image
REQ.24ESW.049 The switch should support RMON, XRMON,
and sFlow
REQ.24ESW.050 The switch should provide advanced
monitoring and reporting capabilities for
statistics, history, alarms, and events
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 41 of 71
S. No Functionalities Minimum Requirements Compliance
(Yes / No)
REQ.24ESW.051 The switch should support ingress and
egress port monitoring enable network
problem solving
REQ.24ESW.052 The switch should support Unidirectional
link detection (UDLD)
REQ.24ESW.053 The switch should support IP service level
agreements (SLA) for voice
REQ.24ESW.054
Layer 2 switching
The switch should support IEEE 802.1Q
(4094 VLAN IDs) and 2K VLANs
simultaneously
REQ.24ESW.055 The switch should support Jumbo packet
support
REQ.24ESW.056 The switch should support IEEE 802.1v
protocol VLANs
REQ.24ESW.057 The switch should support Rapid Per-VLAN
Spanning Tree (RPVST+)
REQ.24ESW.058 The switch should support GVRP and MVRP
REQ.24ESW.059 The switch should support encapsulation
(tunnelling) protocol for overlay network
that enables a more scalable virtual network
deployment
REQ.24ESW.060 Layer 3 services The switch should support DHCP server
REQ.24ESW.061
Layer 3 routing
Routing Information Protocol (RIP)
REQ.24ESW.062 The switch should support RIPv1, RIPv2, and
RIPng routing and support 10,000 RIP routes
REQ.24ESW.063 The switch should support OSPFv2 and
OSPFv3 protocols for routing between
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 42 of 71
S. No Functionalities Minimum Requirements Compliance
(Yes / No)
access and the next layer on the LAN.
REQ.24ESW.064 The switch should support Policy-based
routing
REQ.24ESW.065
Other
functionalities
The switch should support IEEE 802.1X
REQ.24ESW.066 The switch should support Web-based
authentication
REQ.24ESW.067 The switch should support MAC-based
authentication
REQ.24ESW.068 The switch should support Multiple IEEE
802.1X users per port
REQ.24ESW.069
The switch should support Concurrent IEEE
802.1X, Web, and MAC authentication
schemes per port
REQ.24ESW.070 The switch should support Access control
lists (ACLs)
REQ.24ESW.071
The switch should provide IP Layer 3 filtering
based on source/destination IP
address/subnet and source/destination
TCP/UDP port number
REQ.24ESW.072 The switch should support Source-port
filtering
REQ.24ESW.073 The switch should support RADIUS/TACACS+
REQ.24ESW.074 The switch should support Secure shell
REQ.24ESW.075 The switch should support Secure Sockets
Layer (SSL)
REQ.24ESW.076 The switch should support Port security
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 43 of 71
S. No Functionalities Minimum Requirements Compliance
(Yes / No)
REQ.24ESW.077 The switch should support MAC address
lockout
REQ.24ESW.078 The switch should support Secure FTP
REQ.24ESW.079 The switch should support Switch
management logon security
REQ.24ESW.080 The switch should support STP BPDU port
protection
REQ.24ESW.081 The switch should support DHCP protection
REQ.24ESW.082 The switch should support Dynamic ARP
protection
REQ.24ESW.083 The switch should support STP root guard
REQ.24ESW.084 The switch should support Identity-driven
ACL
REQ.24ESW.085 The switch should support Per-port
broadcast throttling
REQ.24ESW.086 The switch should support Private VLAN
REQ.24ESW.087
Environmental
features
Shall support IEEE 802.3az Energy-efficient
Ethernet (EEE) to reduce power
consumption
REQ.24ESW.088 Operating temperature of 0°C to 45°C
REQ.24ESW.089
Safety and Emission standards including EN
60950; IEC 60950; VCCI Class A , FCC Class A
or equivalent certification
REQ.24ESW.090 Warranty and
support
The below Warranty shall be offered directly
from the switch OEM.
REQ.24ESW.091 Life time warranty as long as CSL use this
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 44 of 71
S. No Functionalities Minimum Requirements Compliance
(Yes / No)
product with next-business-day delivery
support
REQ.24ESW.092 Software upgrades/updates shall be
included as part of the warranty
REQ.24ESW.093
The OEM should be a ‘Leader’ or ‘or
‘Challenger’ in latest Gartner Magic
Quadrant for the Wired and Wireless LAN
Access Infrastructure for last consecutive 3
years (2017,2018 & 2019)
4. WAN SWITCH
S. No Functionalities Minimum Requirements Compliance
(Yes / No)
REQ.WANSW.001
24 RJ-45 autosensing 10/100/1000 ports
and 2x1G SFP (SM) Should be populated
from day 1
REQ.WANSW.002
Life time warranty as long as CSL use these
products with advance replacement and
next-business-day delivery Day one
REQ.WANSW.003 Switch shall support 2 MB Packet buffer
size
REQ.WANSW.004 Shall have switching capacity of 128 Gbps
REQ.WANSW.005 Shall have up to 95 million pps switching
throughput
REQ.WANSW.006 The Switch should support minimum 8000
MAC address
REQ.WANSW.007 The switch should have Routing table size
of 10000 entries (IPv4), 5000 entries (IPv6)
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 45 of 71
S. No Functionalities Minimum Requirements Compliance
(Yes / No)
REQ.WANSW.008
SDN capability
OpenFlow protocol capability to enable
software-defined networking
REQ.WANSW.009
The switch should support OpenFlow 1.0
and 1.3 specifications to enable SDN by
allowing separation of the data (packet
forwarding) and control (routing decision)
paths
REQ.WANSW.010
Features
The switch should support HTTP redirect
function
REQ.WANSW.011
The switch should support User role to
defines a set of switch-based policies in
areas such as security, authentication, and
QoS. A user role can be assigned to a group
of users or devices, using switch
configuration
REQ.WANSW.012
The switch should support authentication
and network policies will be applied and
enforced at the Controller
REQ.WANSW.013 The Switch should support clients visibility
with static IP address
REQ.WANSW.014
Quality of service
(QoS)
The switch should support Traffic
prioritization (IEEE 802.1p)
REQ.WANSW.015
The switch should support Layer 4
prioritization to enable prioritization based
on TCP/UDP port numbers
REQ.WANSW.016
The switch should support Class of Service
(CoS) to sets the IEEE 802.1p priority tag
based on IP address, IP Type of Service
(ToS), Layer 3 protocol, TCP/UDP port
number, source port, and DiffServ
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 46 of 71
S. No Functionalities Minimum Requirements Compliance
(Yes / No)
REQ.WANSW.017
The switch should support Rate limiting to
sets per-port ingress enforced maximums
and per-port, per-queue minimums
REQ.WANSW.018 The switch should provide congestion
management
REQ.WANSW.019 Connectivity The switch should support Auto-MDIX
REQ.WANSW.020
IPV6 Feature
The switch should support IPV6 host to
enable switches to be managed in an IPv6
network
REQ.WANSW.021 The switch should support Dual stack
REQ.WANSW.022
The switch should support MLD snooping
to forward IPv6 multicast traffic to the
appropriate interface
REQ.WANSW.023 The switch should support ACL and QoS for
IPv6 network traffic
REQ.WANSW.024 The switch should support static and RIPng
protocols for IPV6
REQ.WANSW.025
Security
The switch should support RA guard,
DHCPv6 protection, dynamic IPv6
lockdown, and ND snooping
REQ.WANSW.026 The switch should have Energy-efficient
design
REQ.WANSW.027
The switch should support Energy-efficient
Ethernet (EEE) to reduce power
consumption in accordance with IEEE
802.3az
REQ.WANSW.028 The switch should support very low
latency, increased packet buffering, and
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 47 of 71
S. No Functionalities Minimum Requirements Compliance
(Yes / No)
adaptive power consumption
REQ.WANSW.029 Selectable queue configurations
REQ.WANSW.030
The switch should have facility to allow for
increased performance by selecting the
number of queues and associated memory
buffering that best meet the requirements
of the network applications
REQ.WANSW.031
Convergence
The switch should support IP multicast
routing and PIM Sparse and Dense modes
to route IP multicast traffic
REQ.WANSW.032 The switch should support IP multicast
snooping and data-driven IGMP
REQ.WANSW.033 The switch should support LLDP-MED
(Media Endpoint Discovery)
REQ.WANSW.034 The switch should support IEEE 802.1AB
Link Layer Discovery Protocol (LLDP)
REQ.WANSW.035 The switch should support Local MAC
Authentication
REQ.WANSW.036
Resiliency and
availability
The Switch should create one virtual
resilient switch from four switches and
attached the network devices using
standard LACP for automatic load
balancing and high availability
REQ.WANSW.037 The switch should support Virtual Router
Redundancy Protocol (VRRP)
REQ.WANSW.038 The switch should support IEEE 802.1s
Multiple Spanning Tree
REQ.WANSW.039 The switch should support IEEE 802.3ad
link-aggregation-control protocol (LACP)
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 48 of 71
S. No Functionalities Minimum Requirements Compliance
(Yes / No)
and port trunking
REQ.WANSW.040
The switch should provide easy-to-
configure link redundancy of active and
standby links
REQ.WANSW.041
Management and
Manageability
The switch should support SNMPv1, v2,
and v3
REQ.WANSW.042 The switch should support Zero-Touch
Provisioning (ZTP)
REQ.WANSW.043
The switch should support cloud-based
management platform offers simple,
secure, and cost-effective way to manage
switches
REQ.WANSW.044 The switch should support Dual flash
images
REQ.WANSW.045 The switch should allow assignment of
descriptive names to ports
REQ.WANSW.046 Find-Fix-Inform
REQ.WANSW.047
The switch should have the capability to
find and fixes common network problems
automatically, then informs administrator
REQ.WANSW.048
The switch should allow multiple
configuration files to be stored to a flash
image
REQ.WANSW.049 The switch should support RMON, XRMON,
and sFlow
REQ.WANSW.050
The switch should provide advanced
monitoring and reporting capabilities for
statistics, history, alarms, and events
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 49 of 71
S. No Functionalities Minimum Requirements Compliance
(Yes / No)
REQ.WANSW.051
The switch should support ingress and
egress port monitoring enable network
problem solving
REQ.WANSW.052 The switch should support Unidirectional
link detection (UDLD)
REQ.WANSW.053 The switch should support IP service level
agreements (SLA) for voice
REQ.WANSW.054
Layer 2 switching
The switch should support IEEE 802.1Q
(4094 VLAN IDs) and 2K VLANs
simultaneously
REQ.WANSW.055 The switch should support Jumbo packet
support
REQ.WANSW.056 The switch should support IEEE 802.1v
protocol VLANs
REQ.WANSW.057 The switch should support Rapid Per-VLAN
Spanning Tree (RPVST+)
REQ.WANSW.058 The switch should support GVRP and MVRP
REQ.WANSW.059
The switch should support encapsulation
(tunnelling) protocol for overlay network
that enables a more scalable virtual
network deployment
REQ.WANSW.060 Layer 3 services The switch should support DHCP server
REQ.WANSW.061
Layer 3 routing
Routing Information Protocol (RIP)
REQ.WANSW.062
The switch should support RIPv1, RIPv2,
and RIPng routing and support 10,000 RIP
routes
REQ.WANSW.063 The switch should support OSPFv2 and
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 50 of 71
S. No Functionalities Minimum Requirements Compliance
(Yes / No)
OSPFv3 protocols for routing between
access and the next layer on the LAN.
REQ.WANSW.064 The switch should support Policy-based
routing
REQ.WANSW.065
Other
functionalities
The switch should support IEEE 802.1X
REQ.WANSW.066 The switch should support Web-based
authentication
REQ.WANSW.067 The switch should support MAC-based
authentication
REQ.WANSW.068 The switch should support Multiple IEEE
802.1X users per port
REQ.WANSW.069
The switch should support Concurrent IEEE
802.1X, Web, and MAC authentication
schemes per port
REQ.WANSW.070 The switch should support Access control
lists (ACLs)
REQ.WANSW.071
The switch should provide IP Layer 3
filtering based on source/destination IP
address/subnet and source/destination
TCP/UDP port number
REQ.WANSW.072 The switch should support Source-port
filtering
REQ.WANSW.073 The switch should support
RADIUS/TACACS+
REQ.WANSW.074 The switch should support Secure shell
REQ.WANSW.075 The switch should support Secure Sockets
Layer (SSL)
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 51 of 71
S. No Functionalities Minimum Requirements Compliance
(Yes / No)
REQ.WANSW.076 The switch should support Port security
REQ.WANSW.077 The switch should support MAC address
lockout
REQ.WANSW.078 The switch should support Secure FTP
REQ.WANSW.079 The switch should support Switch
management logon security
REQ.WANSW.080 The switch should support STP BPDU port
protection
REQ.WANSW.081 The switch should support DHCP
protection
REQ.WANSW.082 The switch should support Dynamic ARP
protection
REQ.WANSW.083 The switch should support STP root guard
REQ.WANSW.084 The switch should support Identity-driven
ACL
REQ.WANSW.085 The switch should support Per-port
broadcast throttling
REQ.WANSW.086 The switch should support Private VLAN
REQ.WANSW.087
Environmental
features
Shall support IEEE 802.3az Energy-efficient
Ethernet (EEE) to reduce power
consumption
REQ.WANSW.088 Operating temperature of 0°C to 45°C
REQ.WANSW.089
Safety and Emission standards including EN
60950; IEC 60950; VCCI Class A , FCC Class
A or equivalent certification
REQ.WANSW.090 Warranty and The below Warranty shall be offered
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 52 of 71
S. No Functionalities Minimum Requirements Compliance
(Yes / No)
support directly from the switch OEM.
REQ.WANSW.091
Life time warranty as long as CSL use this
product with next-business-day delivery
support
REQ.WANSW.092 Software upgrades/updates shall be
included as part of the warranty
REQ.WANSW.093
The OEM should be a ‘Leader’ or ‘or
‘Challenger’ in latest Gartner Magic
Quadrant for the Wired and Wireless LAN
Access Infrastructure for last consecutive 3
years (2017,2018 & 2019)
5. LINK LOAD BALANCER
S. No Minimum Requirements Compliance
(Yes / No)
REQ.LLB.001 Minimum Throughput of 1 Gbps from Day 1 Upgradable to 4 Gbps
on same hardware appliance
REQ.LLB.002 Minimum of 5 X 1G Ethernet ports
REQ.LLB.003 Minimum 4 X SFP ports (empty slots)
REQ.LLB.004 Should have minimum 4 GB RAM from Day 1
REQ.LLB.005 Round Robin and Weighted Round Robin, Least Connections,
Weighted Least Connection
REQ.LLB.006 Input Voltage at 230V at 50Hz
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 53 of 71
S. No Minimum Requirements Compliance
(Yes / No)
REQ.LLB.007 Minimum Misses, Connection Time-outs, Maximum Connections
REQ.LLB.008 Bandwidth, Link, Response Time, Source IP Hash
REQ.LLB.009 URL Content Based Load Balancing, Persistence Support
REQ.LLB.010 Generic NAT Many to One & One to One
REQ.LLB.011 Dynamic NAT
REQ.LLB.012 Should provide Load balancing for inbound & outbound traffic
REQ.LLB.013 Logic based on least number of bytes, least numbers of users, CPU
Utilization
REQ.LLB.014 Selection of shortest path to destination based on load / Hops /
response time
REQ.LLB.015 Device should detect link failure automatically
REQ.LLB.016 Proposed solution should support proximity
REQ.LLB.017 In case of link failure traffic should be diverted to another link
REQ.LLB.018 Command Line Interface, WebUI for configuration and reporting,
Element Manager, SNMP V3
REQ.LLB.019 (SSH), Secure Copy (SCP) V2, HTTPS, TFTP
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 54 of 71
S. No Minimum Requirements Compliance
(Yes / No)
REQ.LLB.020 Multi-level Administration, RADIUS, TACACS+, Secure Shell
REQ.LLB.021 Support graceful shutdown & activation of links
REQ.LLB.022 Redirection of traffic based on Source IP, destination IP and Port
REQ.LLB.023
Vendor Should be in Leaders or Challenger Quadrant of latest
Gartner ADC magic Quadrant report for last consecutive 3 years
(2017,2018 & 2019)
6. NEXT GEN FIREWALL - EXTERNAL
S. No Minimum Requirements Compliance
(Yes / No)
REQ.NGFW.001
The Firewall solution offered must be rated as ‘leaders’ or
'Challengers' in the latest Gartner Magic Quadrant for Enterprise
Network Firewall published by Gartner from last three consecutive
years (2017,2018 & 2019).
REQ.NGFW.002 The Firewall offered must be given recommended status by NSS
Lab Report.
REQ.NGFW.003
The proposed solution/appliance MUST be upto Layer 7
protection. There should be no performance degradation in the
overall transaction processing. The solution shall be deployed in
HA/Non-HA mode in the DC/ICCC.
REQ.NGFW.004
The appliance-based security platform should be capable of
providing firewall, application visibility, and control, VPN
functionality and anti-apt in a single appliance.
REQ.NGFW.005
The appliance should support at least 12 * 1G Gigabit ports,
minimum 2 x 10G SFP+ loaded with multimode module from day 1
and should be scalable to additional 8 * 10G in future
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 55 of 71
S. No Minimum Requirements Compliance
(Yes / No)
REQ.NGFW.006
Proposed Firewall should not be proprietary ASIC based in nature
& should be open architecture based on multi-core cpu's to
protect & scale against dynamic latest security threats. The
appliance hardware should be a multicore CPU architecture with a
hardened 64-bit operating system to support higher memory
REQ.NGFW.007 The proposed solution should have dual redundant power supply
and redundant hot swappable fans.
REQ.NGFW.008 Should support 4.5 Gbps of NGFW (FW, AVC and IPS) real-world /
production performance
REQ.NGFW.009 Firewall should have VPN throughput of 1.5 Gbps
REQ.NGFW.010 Firewall should support at least 2,000,000 concurrent sessions
with application visibility turned on
REQ.NGFW.011 Firewall should support at least 20,000 connections per second
with application visibility turned on
REQ.NGFW.012 Firewall should support at least 1000 VLANs
REQ.NGFW.013
Firewall should provide application detection for DNS, FTP, HTTP,
SMTP, ESMTP, LDAP, MGCP, RTSP, SIP, SCCP, SQLNET, TFTP, H.323,
SNMP
REQ.NGFW.014 Firewall should support creating access-rules with IPv4 & IPv6
objects simultaneously
REQ.NGFW.015 Firewall should support operating in routed & transparent mode
REQ.NGFW.016 Should support Static, RIP, OSPF, OSPFv3 and BGP
REQ.NGFW.017 Firewall should support manual NAT and Auto-NAT, static nat,
dynamic nat, dynamic pat
REQ.NGFW.018 Firewall should support IPV6 and IPV4 dual stack
REQ.NGFW.019 Firewall should support Multicast protocols like IGMP, PIM, etc
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 56 of 71
S. No Minimum Requirements Compliance
(Yes / No)
REQ.NGFW.020 Should support security policies based on security group names in
source or destination fields or both
REQ.NGFW.021 Should support capability to limit bandwidth on basis of apps /
groups, Networks / Geo, Ports, etc
REQ.NGFW.022
The detection engine must be capable of detecting and
preventing a wide variety of threats (e.g., malware, network
probes/reconnaissance, VoIP attacks, buffer overflows, P2P
attacks, zero-day threats, etc.).
REQ.NGFW.023
The solution must be capable of passively gathering information
about network hosts and their activities, such as operating system,
services, open ports, client applications, and vulnerabilities, to
assist with multiple activities, such as elimination of false positives,
and policy compliance.
REQ.NGFW.024
The solution must be capable of dynamically tuning IDS/IPS
sensors (e.g., selecting rules, configuring policies, updating
policies, etc.) with minimal human intervention.
REQ.NGFW.025
Should support more than 25,000 (excluding custom signatures)
IPS signatures or more. Should support capability to configure
correlation rule where multiple rules/event can be combined
together for better efficacy
REQ.NGFW.026 The solution shall provide sandbox technology where the
objectionable content may be executed and inspected.
REQ.NGFW.027 Should support Advanced Malware Protection for anti-
ransomware protection and response.
REQ.NGFW.028
The proposed Firewall shall support detection & prevention of
Cryptors & ransomware viruses and variants (Cryptlocker,
CryptoWall etc) through use of static and/or dynamic analysis.
REQ.NGFW.029
The proposed Firewall shall be able to scan & find for unknown
threats in executable, archive files ,documents, JAVA and flash
specifically: 7z,cab,csv,doc,pdf, potx, pps, ppsm, ppsx, ppt, pptm,
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 57 of 71
S. No Minimum Requirements Compliance
(Yes / No)
pptx, rar, rtf, scr, swf, tar tgz, docm, docx, dot, dotm, dotx, jar, xla,
xls, xlsb, xlsm, xlsx, xlt, xltm, xltx, xlw, zip etc.
REQ.NGFW.030
Advanced malware defense tools that correlate threat indicators
from UTM and Host Sensors to stop known, unknown and evasive
malware.
REQ.NGFW.031 Shall be able to decreases time to detection and remediation
through policy-based automation.
REQ.NGFW.032 Shall be able to provide signature-less anti-malware solution that
relies on artificial intelligence to automate malware discovery.
REQ.NGFW.033 NG Firewall should support Active/Standby failover and
Active/Active
REQ.NGFW.034
Firewall should support ether channel or equivalent functionality
for the failover control & date interfaces for provide additional
level of redundancy
REQ.NGFW.035 Firewall should support redundant interfaces to provide interface
level redundancy before device failover
REQ.NGFW.036 Firewall should support 802.3ad Ether channel or equivalent
functionality to increase the bandwidth for a segment.
REQ.NGFW.037 The management platform must provide a highly customizable
dashboard.
REQ.NGFW.038
The management platform must be capable of role-based
administration, enabling different sets of views and configuration
capabilities for different administrators subsequent to their
authentication.
REQ.NGFW.039 Should support REST API for monitoring and config
programmability
REQ.NGFW.040 The management platform must provide multiple report output
types or formats, such as PDF, HTML, and CSV.
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 58 of 71
S. No Minimum Requirements Compliance
(Yes / No)
REQ.NGFW.041 The management platform must support multiple mechanisms for
issuing alerts (e.g., SNMP, e-mail, SYSLOG).
REQ.NGFW.042
The management platform must provide robust reporting
capabilities, including a selection of pre-defined reports and the
ability for complete customization and generation of new reports.
REQ.NGFW.043 The management platform must risk reports like advanced
malware, attacks and network
REQ.NGFW.044
The management platform must include an integration
mechanism, preferably in the form of open APIs/ Rest APIs and/or
standard interfaces, to enable events and log data to be shared
with external network and security management applications,
such as Security Information and Event Managers (SIEMs), and log
management tools.
REQ.NGFW.045
The NGFW should be able to generate system events/logs for
events that have taken place in the system such as a login, changes
to configuration and system related errors or warnings.
REQ.NGFW.046 Traffic statistics of all the included path
REQ.NGFW.047 Specific application utilization
REQ.NGFW.048 The NGFW should have GUI (Graphical User Interface) for Report
Generation.
REQ.NGFW.049
The NGFW must provide reports on Latency, Jitter & Packet loss on
the links of Individual Link Quality/Virtual Link Quality on daily,
weekly, monthly etc.
REQ.NGFW.050 The solution should provide option for scheduling reports.
REQ.NGFW.051 All Reports must be exportable in CSV format / PDF format
7. NEXT GEN FIREWALL - INTERNAL
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 59 of 71
S. No Minimum Requirements Compliance
(Yes / No)
REQ.NGFWI.001
The Next Firewall solution offered must be rated as ‘leaders’ or
'Challengers' in the latest Gartner Magic Quadrant for Enterprise
Network Firewall published by Gartner from last three
consecutive years (2017,2018 & 2019).
REQ.NGFWI.002 The Next Gen Firewall offered must be given recommended status
by NSS Lab Report.
REQ.NGFWI.003
The proposed solution/appliance MUST be upto Layer 7
protection. There should be no performance degradation in the
overall transaction processing. The solution shall be deployed in
HA mode in the DC/ICCC.
REQ.NGFWI.004
The appliance-based security platform should be capable of
providing firewall, application visibility, and control, VPN
functionality and anti-apt in a single appliance.
REQ.NGFWI.005
The appliance should support at least 12 * 1G Gigabit ports,
minimum 4 x 10G SFP+ loaded with multimode module from day
1 and should be scalable to additional 8 * 10G in future
REQ.NGFWI.006
Proposed Firewall should not be proprietary ASIC based in nature
& should be open architecture based on multi-core cpu's to
protect & scale against dynamic latest security threats. The
appliance hardware should be a multicore CPU architecture with a
hardened 64-bit operating system to support higher memory
REQ.NGFWI.007 The proposed solution should have dual redundant power supply
and redundant hot swappable fans.
REQ.NGFWI.008 Should support 4.5 Gbps of NGFW (FW, AVC and IPS) real-world /
production performance
REQ.NGFWI.009 Firewall should have VPN throughput of 1.5 Gbps
REQ.NGFWI.010 Firewall should support at least 2,000,000 concurrent sessions
with application visibility turned on
REQ.NGFWI.011 Firewall should support at least 20,000 connections per second
with application visibility turned on
REQ.NGFWI.012 Firewall should support at least 1000 VLANs
REQ.NGFWI.013
Firewall should provide application detection for DNS, FTP, HTTP,
SMTP, ESMTP, LDAP, MGCP, RTSP, SIP, SCCP, SQLNET, TFTP,
H.323, SNMP
REQ.NGFWI.014 Firewall should support creating access-rules with IPv4 & IPv6
objects simultaneously
REQ.NGFWI.015 Firewall should support operating in routed & transparent mode
REQ.NGFWI.016 Should support Static, RIP, OSPF, OSPFv3 and BGP
REQ.NGFWI.017 Firewall should support manual NAT and Auto-NAT, static nat,
dynamic nat, dynamic pat
REQ.NGFWI.018 Firewall should support IPV6 and IPV4 dual stack
REQ.NGFWI.019 Firewall should support Multicast protocols like IGMP, PIM, etc
REQ.NGFWI.020 Should support security policies based on security group names in
source or destination fields or both
REQ.NGFWI.021 Should support capability to limit bandwidth on basis of apps /
groups, Networks / Geo, Ports, etc
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 60 of 71
S. No Minimum Requirements Compliance
(Yes / No)
REQ.NGFWI.022
The detection engine must be capable of detecting and
preventing a wide variety of threats (e.g., malware, network
probes/reconnaissance, VoIP attacks, buffer overflows, P2P
attacks, zero-day threats, etc.).
REQ.NGFWI.023
The solution must be capable of passively gathering information
about network hosts and their activities, such as operating
system, services, open ports, client applications, and
vulnerabilities, to assist with multiple activities, such as
elimination of false positives, and policy compliance.
REQ.NGFWI.024
The solution must be capable of dynamically tuning IDS/IPS
sensors (e.g., selecting rules, configuring policies, updating
policies, etc.) with minimal human intervention.
REQ.NGFWI.025
The solution must provide a full-featured NBA capability to detect
threats emerging from inside the network (i.e., ones that have not
passed through a perimeter IPS). This includes the ability to
establish “normal” traffic baselines through flow analysis
techniques (e.g., NetFlow) and the ability to detect deviations
from normal baselines.
REQ.NGFWI.026
The NBA capability must provide the option of supplying endpoint
intelligence to the IPS for correlation against intrusion events to
aid in event impact prioritization.
REQ.NGFWI.027 NG Firewall should support Active/Standby failover and
Active/Active
REQ.NGFWI.028
Firewall should support ether channel or equivalent functionality
for the failover control & date interfaces for provide additional
level of redundancy
REQ.NGFWI.029 Firewall should support redundant interfaces to provide interface
level redundancy before device failover
REQ.NGFWI.030 Firewall should support 802.3ad Ether channel or equivalent
functionality to increase the bandwidth for a segment.
REQ.NGFWI.031 The management platform must provide a highly customizable
dashboard.
REQ.NGFWI.032
The management platform must be capable of role-based
administration, enabling different sets of views and configuration
capabilities for different administrators subsequent to their
authentication.
REQ.NGFWI.033 Should support REST API for monitoring and config
programmability
REQ.NGFWI.034 The management platform must provide multiple report output
types or formats, such as PDF, HTML, and CSV.
REQ.NGFWI.035 The management platform must support multiple mechanisms for
issuing alerts (e.g., SNMP, e-mail, SYSLOG).
REQ.NGFWI.036
The management platform must provide robust reporting
capabilities, including a selection of pre-defined reports and the
ability for complete customization and generation of new reports.
REQ.NGFWI.037 The management platform must risk reports like advanced
malware, attacks and network
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 61 of 71
S. No Minimum Requirements Compliance
(Yes / No)
REQ.NGFWI.038
The management platform must include an integration
mechanism, preferably in the form of open APIs/ Rest APIs and/or
standard interfaces, to enable events and log data to be shared
with external network and security management applications,
such as Security Information and Event Managers (SIEMs), and log
management tools.
8. AAA SOLUTION
S. No Specifications Compliance
(Yes / No)
REQ.AAA.001
The Solution should provide a highly powerful and flexible attribute-
based access control solution that combines authentication,
authorization, and accounting (AAA); profiling, posture assessment
and guest management services on a single platform.
REQ.AAA.002
It should allow enterprises to authenticate and authorize users and
endpoints via wired, wireless, and VPN with consistent policy
throughout the enterprise
REQ.AAA.003 Provides complete guest lifecycle management by empowering
sponsors to on-board guests
REQ.AAA.004 Solution should be scalable enough to support 1500 endpoints in the
network.
REQ.AAA.005
Delivers customizable self-service portals as well as the ability to
host custom web pages to ease device and guest on-boarding,
automate endpoint secure access and service provisioning, and
enhance the overall end-user experience inside business-defined
workflows
REQ.AAA.006 The solution should support guest users onboarding through social
media login to simplify the registration process
REQ.AAA.007
The solution should support sponsor approval for guest users
connecting into the network and the approval request should have
control from multiple sponsor to avoid single point of failure
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 62 of 71
S. No Specifications Compliance
(Yes / No)
REQ.AAA.008 The solution should support flexible guest account approval even in
absence of sponsor
REQ.AAA.009
The Solution should support complete guest lifecycle where Sponsor
should be able to extend, suspend and reinstate guest accounts with
reasons.
REQ.AAA.010
Offers comprehensive visibility of the network by automatically
discovering, classifying, and controlling endpoints connected to the
network to enable the appropriate services per endpoint
REQ.AAA.011
Offers a built-in monitoring, reporting, and troubleshooting console
to assist helpdesk operators and administrators streamline
operations
REQ.AAA.012 The solution should be able to block unauthenticated/rogue machine
without giving any access to the network.
REQ.AAA.013
Augments network-based profiling by targeting specific endpoints
(based on policy) for specific attribute device scans, resulting in
higher accuracy and comprehensive visibility of what is on your
network
REQ.AAA.014 The NAC solution should be able to control the user even before IP
address is assigned. It should act as a pre-admission solution
REQ.AAA.015 The NAC solution should be able to integrate with APT, NBAD and
SIEM solution
REQ.AAA.016
Manages endpoint access to the network with the Endpoint
Protection Service, which enables administrators to specify an
endpoint and select an action - for example, move to a new VLAN,
return to the original VLAN, or isolate the endpoint from the
network entirely - all in a simple interface
REQ.AAA.017 Utilizes standard RADIUS protocol for authentication, authorization,
and accounting (AAA).
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 63 of 71
S. No Specifications Compliance
(Yes / No)
REQ.AAA.018
Supports a wide range of authentication protocols, including PAP,
MS-CHAP, Extensible Authentication Protocol (EAP)-MD5, Protected
EAP (PEAP), EAP-Flexible Authentication via Secure Tunneling (FAST),
and EAP-Transport Layer Security (TLS).
REQ.AAA.019
Offers a rules-based, attribute-driven policy model for creating
flexible and business-relevant access control policies. Provides the
ability to create fine-grained policies by pulling attributes from
predefined dictionaries that include information about user and
endpoint identity, posture validation, authentication protocols,
profiling identity, or other external attribute sources. Attributes can
also be created dynamically and saved for later use
REQ.AAA.020
Provides a wide range of access control mechanisms, including
downloadable access control lists (dACLs), VLAN assignments, URL
redirect.
REQ.AAA.021
Should have predefined device templates for a wide range of
endpoints, such as IP phones, printers, IP cameras, smartphones, and
tablets.
REQ.AAA.022
It should allow Administrators to create their own device templates.
These templates can be used to automatically detect, classify, and
associate administrative-defined identities when endpoints connect
to the network. Administrators can also associate endpoint-specific
authorization policies based on device type.
REQ.AAA.023
The Solution should have capability to collect endpoint attribute
data via passive network telemetry, querying the actual endpoints,
or alternatively from the infrastructure via device sensors on
switches.
REQ.AAA.024
The Solution should have capability to see endpoints attribute data
via passive network telemetry or alternatively from the
infrastructure via device sensors on switches at Core, Distribution
and Access Layer.
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 64 of 71
S. No Specifications Compliance
(Yes / No)
REQ.AAA.025
Solution should allow end users to interact with a self-service portal
for device on-boarding, providing a registration vehicle for all types
of devices as well as automatic supplicant provisioning and
certificate enrolment for standard PC and mobile computing
platforms.
REQ.AAA.026
Should support full guest lifecycle management, whereby guest
users can access the network for a limited time, either through
administrator sponsorship or by self-signing via a guest portal.
Allows administrators to customize portals and policies based on
specific needs of the enterprise.
REQ.AAA.027
Enables administrators to centrally configure and manage profiler,
guest, authentication, and authorization services in a single web-
based GUI console, greatly simplifying administration by providing
consistency in managing all these services.
REQ.AAA.028
Includes a built-in web console for monitoring, reporting, and
troubleshooting to assist help-desk and network operators in quickly
identifying and resolving issues. Offers comprehensive historical and
real-time reporting for all services, logging of all activities, and real-
time dashboard metrics of all users and endpoints connecting to the
network.
REQ.AAA.029
Should support consistent policy in centralized and distributed
deployments that allows services to be delivered where they are
needed
REQ.AAA.030 Solution should have capability to establish user identity, location,
and access history, which can be used for compliance and reporting.
REQ.AAA.031
Solution should have capability to assign services based on the
assigned user role, group, and associated policy (job role, location,
device type, and so on).
REQ.AAA.032
Solution should have capability to grant authenticated users with
access to specific segments of the network, or specific applications
and services, or both, based on authentication results.
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 65 of 71
S. No Specifications Compliance
(Yes / No)
REQ.AAA.033
The portal used for Device registration should be customizable,
allowing to customize portal theme by changing text, banners,
background color, and images
REQ.AAA.034
Should provide a Registered Endpoints Report which provides
information about a list of endpoints that are registered through the
device registration portal by a specific user for a selected period of
time. The report should provide the following details
•Logged in Date and Time
•Portal User (who registered the device)
•MAC Address
•Identity Group
•Endpoint Policy
•Static Assignment
•Static Group Assignment
•Endpoint Policy ID
•NMAP Subnet Scan ID
•Device Registration Status
REQ.AAA.035 Solution should support receiving updated endpoint profiling policies
and the updated OUI database as a feed from the OEM database.
REQ.AAA.036
The solution should provide facility to control where mobile devices
are allowed on the network, based on the device type, operating
system, owner of the device and user login credentials.
REQ.AAA.037
When endpoints are discovered on the network, they can be profiled
dynamically based on the configured endpoint profiling policies and
assigned to the matching endpoint identity groups depending on
their profiles.
REQ.AAA.038
Should support using a simple filter that you can use to filter
endpoints. The quick filter filters endpoints based on field
descriptions, such as the endpoint profile, MAC address, and the
static status that is assigned to endpoints when they are created in
the Endpoints page.
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 66 of 71
S. No Specifications Compliance
(Yes / No)
REQ.AAA.039
Should support importing endpoints from a comma-separated values
(CSV) file in which the list of endpoints appears with the MAC
address and the endpoint profiling policy details separated by a
comma.
REQ.AAA.040
Support for importing endpoints from LDAP server. Should allow to
import MAC addresses and the associated profiles of endpoints
securely from an LDAP server. Should support an LDAP server to
import endpoints and the associated profiles, by using either the
default port 389, or securely over SSL, by using the default port 636.
REQ.AAA.041
Should support multiple Admin Group Roles and responsibilities like
Helpdesk Admin, Identity Admin, Monitoring Admin, Network Device
Admin, Policy Admin, RBAC Admin, Super Admin and System Admin
REQ.AAA.042
Should support Role-based access policies which are access control
policies which allow you to restrict the network access privileges for
any user or group. Role-based access policies are defined when you
configure specific access control policies and permissions. These
admin access policies allow you to customize the amount and type of
access on a per-user or per-group basis using specified role-based
access permission settings that apply to a group or an individual
user.
REQ.AAA.043
Should support Identity source sequences which defines the order in
which the solution will look for user credentials in the different
databases. Solution should support the following databases:
•Internal Users
•Internal Endpoints
•Active Directory
•LDAP
•RSA
•RADIUS Token Servers
•Certificate Authentication Profiles
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 67 of 71
S. No Specifications Compliance
(Yes / No)
REQ.AAA.051
Solution should support the following endpoint checks for
compliance for windows endpoints:
- Check operating system/service packs/hotfixes
- Check process, registry, file & application
- Check for Antivirus installation/Version/ Antivirus Definition Date
- Check for Antispyware installation/Version/ Antispyware Definition
Date
- Check for windows update running & configuration
REQ.AAA.052 Must be able to differentiate policy based on device type +
authentication
REQ.AAA.053 The NAC solution should be standard RADIUS server with built-in
certificate authority
REQ.AAA.054
The CA server should be able to provision certificate for multiple use
cases like BYOD, EAP authentication and Third-Party Client and
Server-side authentication.
REQ.AAA.055
The solution must have internal CA server functionality with
flexibility to create certificate template to be used by other network
services
REQ.AAA.056 Should have Ability to authenticate at least one phone and multiple
users on the same
REQ.AAA.057 switchport without interrupting service
REQ.AAA.058
Solution should support MAB and can further utilize identity of the
endpoint to apply the proper rules for access. Mac Address Bypass is
typically used for devices which do not support 802.1x
REQ.AAA.059 Solution must support Non-802.1x technology on assigned ports and
802.1x technology on open use ports
REQ.AAA.060
Solution must allow users access to the network in a worst-case
scenario in case of AAA server outages or any other reasons like
WAN failure.
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 68 of 71
S. No Specifications Compliance
(Yes / No)
REQ.AAA.061 Should support authenticating Machines and users connected to the
same port on the switch in a single authentication flow
REQ.AAA.062 Should support authenticating IP phones and users connected
behind IP phones on the same physical port.
REQ.AAA.063
Solution should have profiling capabilities integrated into the
solution in order to detect headless host. The profiling features
leverage the existing infrastructure for device discovery. Should
support the use of attributes from the following sources or sensors:
* Profiling using MAC OUIs
* Profiling using DHCP information
* Profiling using RADIUS information
* Profiling using HTTP information
* Profiling using DNS information
* Profiling using NetFlow information
* Profiling using SPAN/Mirrored traffic
REQ.AAA.064
Solution should support troubleshooting authentication issues by
triggering session reauthentication to follow up with an attempt to
reauthenticate again.
REQ.AAA.065 Troubleshooting & Monitoring Tools
REQ.AAA.066 Should support TCP dump utility & also support saving a TCP dump
file.
REQ.AAA.067
Solution should support schedule reports to run and re-run at
specific time or time intervals & send and receive email notifications
once the reports are generated.
REQ.AAA.068
The solution must have internal CA server functionality to provision
certificate for multiple use cases like BYOD, Contractor, Employee
Asset etc.
REQ.AAA.069
The Solution should support complete guest lifecycle where Sponsor
should be able to Extend, Suspend and reinstate guest accounts with
reasons.
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 69 of 71
S. No Specifications Compliance
(Yes / No)
REQ.AAA.070
The solution should support centralized and distributed deployment
options with clustering of nodes or cross-site failover for disaster
recovery scenarios
REQ.AAA.071
NAC Solution should strictly support pre-connect model and should
not allow Endpoint into network to complete profiling or discovery
of Endpoint.
REQ.AAA.072
When Network device connectivity to NAC is lost or authentication
service outage occurs the Endpoint should be retained in
unauthenticated VLAN and should be automatically subjected to
Reauthentication when server is marked alive to ensure that the
Endpoint does not join the network without authentication.
REQ.AAA.073
Solution must support identifying the profile of endpoint joining the
network as early as possible without granting Endpoint access to the
network and there by speed up the Endpoint discovery without
compromising security.
REQ.AAA.074
Solution should consume license only based on active devices on the
network where Devices include user endpoints (such as laptops,
tablets and smartphones), non-user devices (such as printers, IP
phones, security equipment, medical devices, manufacturing
equipment), virtual machines, Network infrastructure devices (such
as switches, routers and access points) should not consume license
and If so vendor should consider these licenses exclusively and
should be counted along with User/Endpoints.
9. RACK Automatic Power Transfer Switch (APT)
S. No Specification Minimum Requirement Compliance ( Yes/ No)
REQ.ATS.001 Nominal Output Current 16A
REQ.ATS.002 Nominal Output Voltage 230V
REQ.ATS.003 Nominal input voltage 208/220/230/240 V
REQ.ATS.004 Input frequency 50/60 Hz
REQ.ATS.005 Transfer time Up to 8 ms
REQ.ATS.006 Input Connections 2 IEC C20 + 2 input cables
REQ.ATS.007 Output Connections Minimum 6 IEC C13 and
Minimum 1 IEC C19
Tender No. - ISD/128/SYS/INFRA/2020 – Volume I
COCHIN SHIPYARD LIMITED Page 70 of 71
REQ.ATS.008 Ethernet Port Optional
REQ.ATS.009 Serial Port Mandatory
REQ.ATS.010 USB Port Optional
REQ.ATS.011 Warranty Five years
REQ.ATS.012 Rack Mountable
Mandatory (Including
Mounting hardware, Rack
Mounting brackets)
Note:
1. For all the above components, bidder must specifically highlight the above asked requirements in
their product data sheets/ brochures and submit the same to CSL.
2. SI shall provide Proof of Concept (POC) for the above asked BOM before implementation, if
requested by CSL with no additional cost.
COCHIN SHIPYARD LIMITED
(A Government of India Enterprise)
Request for Proposal (RFP)
for
SUPPLY, DESIGN, IMPLEMENTATION,
COMMISSIONING AND MAINTENANCE OF
NETWORK INFRASTRUCTURE – Vol. II
Enquiry No: ISD/128/SYS/INFRA/2020
PO Bag # 1653, Perumanoor P O
Kochi 682015
Tel: +91 484 2501296, 2501298
Web: www.cochinshipyard.com
Note: This RFP contains two volumes and an annexure, kindly refer all the documents before quoting
for this RFP.
This document is Volume II of the CSL RFP
Tender No. - ISD/128/SYS/INFRA/2020 – Volume II
COCHIN SHIPYARD LIMITED Page 1 of 36
DISCLAIMER
This Request for Proposal (“RFP”) is issued by the Cochin Shipyard Limited (hereinafter referred as
‘CSL’). Whilst the information in this RFP has been prepared in good faith, it is not and does not
purport to be comprehensive or to have been independently verified. Neither CSL, nor any of its
officers or employees, nor any of their advisers nor consultants accept any liability or responsibility
for the accuracy, reasonableness or completeness of, or for any errors, omissions or misstatements,
negligent or otherwise, relating to the proposed project, or makes any representation or warranty,
express or implied, with respect to the information contained in this RFP or on which this RFP is
based or with respect to any written or oral information made or to be made available to any of the
recipients or their professional advisers and, so far as permitted by law and except in the case of
fraudulent misrepresentation by the party concerned, and liability therefore is hereby expressly
disclaimed.
The information contained in this RFP is selective and is subject to update, expansion, revision and
amendment at the sole discretion of the CSL. It does not, and does not purport to, contain all the
information that a recipient may require for the purpose of making a decision for participation in
this process. Neither CSL nor any of its officers, employees nor any of its advisors nor consultants
undertakes to provide any party with access to any additional information or to update the
information in this RFP or to correct any inaccuracies therein which may become apparent. Each
party must conduct its own analysis of the information contained in this RFP, to correct any
inaccuracies therein and is advised to carry out its own investigation into the proposed project, the
regulatory regime which applies thereto and by and all matters pertinent to the proposed project
and to seek its own professional advice on the legal, financial and regulatory consequences of
entering into any agreement or arrangement relating to this project.
This RFP includes certain statements, estimates, projections, targets and forecasts with respect to
the project. Such statements, estimates, projections, targets and forecasts reflect various
assumptions made by the management, officers and employees of CSL, which (the assumptions and
the base information on which they are made) may or may not prove to be correct. No
representation or warranty is given as to the reasonableness of forecasts or the assumptions on
which they may be based and nothing in this RFP is, or shall be relied on as, a promise,
representation or warranty.
Tender No. - ISD/128/SYS/INFRA/2020 – Volume II
COCHIN SHIPYARD LIMITED Page 2 of 36
Table of Contents
SECTION I – INVITATION TO BID.................................................................................................... 6
SECTION II – INSTRUCTIONS TO THE BIDDERS ............................................................................... 7
1. General Instruction to Bidders ..................................................................................................... 7
2. Compliant Proposals / Completeness of Response ...................................................................... 7
3. Site visit ......................................................................................................................................... 8
4. Pre – Bid Meeting and Clarification .............................................................................................. 9
5. Responses to Pre- Bid Queries and Issue of Corrigendum ........................................................... 9
6. Right to Terminate the Process .................................................................................................... 9
7. Earnest Money Deposit (EMD) ................................................................................................... 10
8. Forfeiture of Earnest Money Deposit ......................................................................................... 10
9. Preparation and Submission of Proposal ................................................................................... 10
10. Due Date and Time ..................................................................................................................... 13
11. Deviations ................................................................................................................................... 13
12. Evaluation Process ...................................................................................................................... 13
13. Stage-wise evaluation will be carried out as stated below: ....................................................... 14
13.1 Stage –I: Pre-Qualification Bid Evaluation ........................................................................ 14
13.2 Stage –II: Techno Commercial Bid Evaluation .................................................................. 14
13.3 Price Bid Evaluation .......................................................................................................... 14
14. Pre-Qualification Criteria ............................................................................................................ 15
15. Technical Qualification Criteria .................................................................................................. 20
16. Start-ups (MSEs or otherwise) .................................................................................................... 24
17. Acceptance of Tender and Withdrawals .................................................................................... 24
18. Security Deposit .......................................................................................................................... 24
19. Warranty Bank Guarantee .......................................................................................................... 25
20. Integrity Pact ............................................................................................................................... 26
21. Release of Work Order ............................................................................................................... 26
22. Execution of Work Order ............................................................................................................ 26
23. JV/ Consortium ........................................................................................................................... 26
SECTION III - GENERAL CONDITIONS OF THE CONTRACT .............................................................. 27
1. Publicity ...................................................................................................................................... 27
Tender No. - ISD/128/SYS/INFRA/2020 – Volume II
COCHIN SHIPYARD LIMITED Page 3 of 36
2. Discrepancies, omission and additional Information ................................................................. 27
3. Confidentiality ............................................................................................................................ 28
4. Liquidated Damage ..................................................................................................................... 28
5. Indemnity .................................................................................................................................... 29
6. Risk Purchase & Termination of Contract ................................................................................... 29
7. Force Majeure ............................................................................................................................. 29
8. Black Listing ................................................................................................................................ 30
9. Jurisdiction/ Arbitration clause................................................................................................... 31
10. Grievance Redressal Committee ................................................................................................ 31
11. Conflict of Interest ...................................................................................................................... 31
12. Fraud and Corruption ................................................................................................................. 32
13. Timelines ..................................................................................................................................... 32
14. Payment Terms and Schedule .................................................................................................... 33
14.1 Infrastructure Procurement Cost (CAPEX) ....................................................................... 33
14.2 Operations Cost (OPEX) .................................................................................................... 34
15. Taxes and Duties ......................................................................................................................... 34
16. Other Terms and Conditions....................................................................................................... 34
17. Spares, Consumables and Special Tools ..................................................................................... 34
18. Limitation of Liability .................................................................................................................. 35
Tender No. - ISD/128/SYS/INFRA/2020 – Volume II
COCHIN SHIPYARD LIMITED Page 4 of 36
List of Acronyms
CSL Cochin Shipyard Limited
EMD Earnest Money Deposit
FAT Final Acceptance Test
FMS Facility Management Service
LOI Letter of Intent
NAC Network Access Control
OEM Original Equipment Manufacturer
PO Purchase Order
RFP Request for Proposal
SI System Integrator
Tender No. - ISD/128/SYS/INFRA/2020 – Volume II
COCHIN SHIPYARD LIMITED Page 5 of 36
Request for Proposal (RFP) Structure
The content of this RFP has been documented as a set of two volumes and an annexure explained
below:
a. Volume – I: Solution Scope for Supply, Design, Implementation, Commissioning and Maintenance
of Network Infrastructure. The content in this volume has two section explained as below:
S No RFP Section # RFP Section Name Details for Volume I
1. Section I Scope of Work Volume I of RFP intends to bring
out all the details with respect to
functional and technical
requirements of installation and
commissioning of Network
Infrastructure
2. Section II Technical specifications of network
components
b. Volume – II: Bidding Terms and Conditions for the RFP. The content in this volume has three
section explained as below:
S No RFP Section # RFP Section Name Details for Volume II
1 Section I Invitation to Bid Volume II of RFP purports to
detail out all that may be needed
by the potential bidders to
understand the evaluation
criteria, commercial terms, bid
process details and price bid
2 Section II Instructions to Bidders
3 Section III General Conditions of the
Contract
c. Annexure: Formats for Bid Submission.
This document is Volume II of the RFP.
Note: Kindly refer to both the volume I, volume II and annexure attached with this RFP, before
quoting.
Tender No. - ISD/128/SYS/INFRA/2020 – Volume II
COCHIN SHIPYARD LIMITED Page 6 of 36
SECTION I – INVITATION TO BID
The invitation to Bid is for “Supply, Design, Implementation, Commissioning and Maintenance of
Network Infrastructure” for a period of five years.
The Bidders are advised to study the tender document carefully. Submission of Bids shall be deemed
to have been done after careful study and examination of the tender document with full
understanding of its implications.
Key Events and Dates
S No Particular Details
1. Tender Inviting Authority Cochin Shipyard Limited (CSL)
2. Name of the Project
Supply, Design, Implementation,
Commissioning and Maintenance of Network
Infrastructure for five year
3. Tender Reference ISD/128/SYS/INFRA/2020
4. Place of Execution Cochin Shipyard Campus - Kochi
5. Downloading of Tender Documents
Tender documents can be downloaded from
https://www.cochinshipyard.com and
https://eprocure.gov.in/cppp
6. Earnest Money Deposit
INR 1,00,000.00 (Rupees One Lakh Only)
To be paid by submitting a Demand Draft (DD)
from any Scheduled Bank drawn in favor of
Cochin Shipyard Limited, payable at Ernakulam.
7. Release of Request for Proposal
(Tender) Documents 15 June 2020 at 05:00 PM
8.
Site visit (if required)
Note: Would be conducted only if the
lockdown situation/ entry restriction is
revoked. Else, a call with CSL IT team would
be set-up
19 June 2020 to 22 June 2020 between 09:00
AM to 05:00 PM at the address mentioned in
(S.No# 1 &15) below.
9. Last date for submission of queries 24 June 2020 till 03.30 PM
10. Pre-Bid Meeting 26 June 2020 at 03.30 PM
11.
Date, Time and place of Tender
Submission 07July 2020till 03:00 PM
12. Opening of Pre-qualification & Techno
commercial Bids 07 July 2020 till 03:30 PM
13.
Date, Time for Price Bid Opening
Will be intimated to the technically Qualified
Tenderers only
14. Address for communication The Assistant General Manager (IT)
Cochin Shipyard Limited,
Tender No. - ISD/128/SYS/INFRA/2020 – Volume II
COCHIN SHIPYARD LIMITED Page 7 of 36
Perumanoor P.O. Kochi – 682015, Kerala, India
15. Email ID’s for site visit &pre-bid queries
Senior Manager (IT):
raymonthomas@cochinshipyard.com
Assistant General Manager (IT):
harikrishnan.mk@cochinshipyard.com
SECTION II – INSTRUCTIONS TO THE BIDDERS
1. General Instruction to Bidders
I. While every effort has been made to provide comprehensive and accurate background
information and requirements and specifications, Bidders must form their own conclusions
about the solution needed to meet the requirements. Bidders and recipients of this RFP may
wish to consult their own legal advisers in relation to this RFP
II. All information supplied by Bidders may be treated as contractually binding on the Bidders,
on successful award of the assignment by the CSL on the basis of this RFP
III. No commitment of any kind, contractual or otherwise shall exist unless and until a formal
written contract has been executed by or on behalf of the CSL. Any notification of preferred
Bidder status by the CSL shall not give rise to any enforceable rights by the Bidder. The CSL
may cancel this public procurement at any time prior to a formal written contract being
executed by or on behalf of the CSL
IV. This RFP supersedes and replaces any previous public documentation & communications,
and Bidders shall place no reliance on such communications
2. Compliant Proposals / Completeness of Response
I. Bidders are advised to study all instructions, forms, terms, requirements and other
information in the RFP documents carefully. Submission of the bid shall be deemed to have
been done after careful study and examination of the RFP document with full understanding
of its implications.
II. Failure to comply with the requirements of this paragraph may render the proposal non-
compliant and the proposal may be rejected. Bidders must:
a) Include all documentation specified in this RFP
b) Follow the format of this RFP and respond to each element in the order as set out in this
RFP
c) Comply with all requirements as set out within this RFP
Tender No. - ISD/128/SYS/INFRA/2020 – Volume II
COCHIN SHIPYARD LIMITED Page 8 of 36
3. Site visit
I. A site visit would be planned (if the lockdown across country/ Kerala/ Kochi/ CSL campus is
revoked) at Cochin Shipyard Limited (CSL) campus, Kochi for the interested bidders to
familiarize themselves with the site before submitting the tender.
II. The visit would be scheduled by CSL and the date and timing for the same would be
communicated via mail to the interested bidders before the pre-bid queries.
III. The bidder shall mail the below details to the mail id’s as mentioned in ‘Section I - Invitation
to bidders’ of this RFP with subject line “Site visit_ Supply, Design, Implementation,
Commissioning and Maintenance of Network Infrastructure – Bidder’s name”, to schedule
a site visit between the dates as mentioned in ‘Section I - Invitation to Bidders’. A team of
maximum two members shall be allowed from each bidder and due to security reasons,
vehicles (2 or 4 Wheelers) are not allowed inside CSL campus.
Note: Hard disk/ Pen drives/ Power Banks are not allowed inside CSL campus due to security reasons
IV. If there is lockdown situation / entry restrictions across the country or in Kerala/ Kochi/
CSL campus, then the Site visit would be cancelled and a call with the IT team would be
set-up for the interested bidders. The schedule for the same would be communicated via
mail to the interested bidders before the pre-bid queries.
V. The bidder shall mail the below details to the mail id’s as mentioned in ‘Section I - Invitation
to bidders’ of this RFP with subject line “Supply, Design, Implementation, Commissioning
and Maintenance of Network Infrastructure – Bidder’s name”, to schedule a call with IT
team.
S: No Name Organization Mobile
Number
Laptop and mobile Details (if any)
Make Model Serial No.
1
2
S: No Name Organization Mobile Number/
Office Number
1
2
Tender No. - ISD/128/SYS/INFRA/2020 – Volume II
COCHIN SHIPYARD LIMITED Page 9 of 36
4. Pre – Bid Meeting and Clarification
Pre-Bid meeting will be held at CSL as per the date mentioned in ‘Section I - Invitation to Bidders’. All
the queries from the bidders need to be submitted to the email ID’s mentioned in the ‘Section I -
Invitation to Bidders’. The queries submitted through e-mail and received before the pre-bid query
end date only will be clarified during pre-bid meeting.
The clarification offered at the Pre-Bid meeting will be recorded and the
clarifications/corrigendum/addendum issued will be published on the CSL website. . The queries
shall necessarily be submitted in the below format:
S. No
RFP Document Reference(s)
Section
Page Number
Original
statement
(according to
RFP)
Query
All the pre-bid queries shall be mailed with the subject line as follows- “Pre-bid queries_ Supply,
Design, Implementation, Commissioning and Maintenance of Network Infrastructure - Bidder’s
name” and the queries to be submitted on excel sheet only.
5. Responses to Pre- Bid Queries and Issue of Corrigendum
I. At any time prior to the last date for receipt of bids, CSL may, for any reason, whether at its
own initiative or in response to a clarification requested by a prospective bidder, modify the
RFP Document by a corrigendum.
II. The corrigendum, addendum (if any) & clarifications to the queries from all bidders will be
posted on the CSL website. Any such corrigendum and addendum shall be deemed to be
incorporated into this RFP.
6. Right to Terminate the Process
I. CSL may terminate the RFP process at any time and without assigning any reason. CSL makes
no commitments, express or implied, that this process will result in a business transaction
with anyone.
II. This RFP does not constitute an offer by the CSL. The bidder's participation in this process
may result CSL selecting the bidder to engage towards execution of the subsequent contract.
Tender No. - ISD/128/SYS/INFRA/2020 – Volume II
COCHIN SHIPYARD LIMITED Page 10 of 36
7. Earnest Money Deposit (EMD)
I. Earnest Money Deposit (EMD) amount is INR. 1,00,000 (INR 1 Lakh only). The EMD amount
shall be paid by Demand Draft (DD) in favour of “Cochin Shipyard Limited” payable at
“Kochi” from any scheduled banks along with tender. No other mode of payment will be
accepted.
II. Exception to the above clause (I) has been detailed out in clause 16 – ‘Start-ups (MSEs or
otherwise)’ of this RFP
III. In respect of unsuccessful bidders, EMD shall be returned within 30 days after placement of
purchase order. The above EMD held by CSL till it is returned to the unsuccessful bidders will
not earn any interest thereof.
IV. EMD of the successful bidder shall be returned after submission of Performance bank
guarantee.
V. The bidder shall adhere to all the conditions related to EMD mentioned in the PRE-
CONTRACT INTEGRITY PACT mentioned in Annexure 3.
8. Forfeiture of Earnest Money Deposit
The EMD may be forfeited:
I. If a bidder withdraws its bid during the period of bid validity.
II. If a bidder doesn’t accept the order place on them within the validity period
III. If a bidder regret to effect supplies, even after accepting the order
IV. In case of a successful bidder, if the bidder fails to sign the contract in accordance with this
RFP.
9. Preparation and Submission of Proposal
I. The tender shall be filled by the bidder in English language only.
II. Each page of the proposal shall be signed and sealed by the bidder and submitted along with
techno commercial bid
III. The filled-up techno commercial bid along with un-priced bid as per the price bid format
mentioned in ‘Form 14 – Price bid Format’ of Annexure, shall be submitted along with all the
supporting documents and documentary proofs mentioned in the techno commercial bid
and incomplete details on the above will be treated as non-responsive offer and the tender
is liable for rejection.
IV. The filled-up price bid shall be submitted separately as price bid, and incomplete details will
be treated as non- responsive offer and the bid is liable for rejection.
Tender No. - ISD/128/SYS/INFRA/2020 – Volume II
COCHIN SHIPYARD LIMITED Page 11 of 36
V. The rate shall be indicated in Indian Rupees clearly in figures and words with taxes applicable
separately. The rate quoted shall be firm and shall not be subjected to any variation clauses
and conditions.
VI. The bidder shall be responsible for all costs incurred in connection with participation in the
RFP process, including, but not limited to, costs incurred in conduct of informative and other
diligence activities, participation in meetings/discussions/presentations, preparation of
proposal, in providing any additional information required by CSL to facilitate the evaluation
process, and all such activities related to the bid process.
VII. CSL will not be responsible or liable for those costs, regardless of the conduct or outcome of
the bidding process.
VIII. Bidders shall submit their responses as per the formats given in this RFP in the following
manner:
Envelope # Marked As Content of Envelope
One Pre-qualification Bid for Supply, Design,
Implementation, Commissioning and
Maintenance of Network Infrastructure for
CSL.
Response to pre-qualification
criterion. One original hard copy &
one soft copy (CD/DVD) of the pre-
qualification proposal prepared as
per the formats specified in pre-
qualification bid in annexures
Two Techno commercial bid for Supply, Design,
Implementation, Commissioning and
Maintenance of Network Infrastructure for
CSL.
Response to technical criterion. One
original hard copy & one soft copy
(CD/DVD) of the technical proposal
prepared as per the formats
specified for techno commercial bid
in annexures. The bidder shall
enclose a signed un-priced copy of
price bid (copy of price bid without
price details) as per form 14 in
annexures.
Note:
1. Bidder must specifically highlight
the minimum technical
requirements (as asked in Vol. I –
Technical specification) in their
Tender No. - ISD/128/SYS/INFRA/2020 – Volume II
COCHIN SHIPYARD LIMITED Page 12 of 36
Envelope # Marked As Content of Envelope
product data sheet/ brochure
and submit the same to CSL.
2. Each page of the proposal shall
be signed and sealed by the
Bidder and submitted along with
the Techno-commercial bid
3. Please note that techno
commercial bid SHOULD NOT
CONTAIN ANY PRICE details.
Three Price Bid for Supply, Design,
Implementation, Commissioning and
Maintenance of Network Infrastructure for
CSL.
One Hard Copy of the Price Bid as per
the format mentioned in the ‘Form
14 – Format for price bid’ in
Annexure.
IX. The Bidder’s Proposal in response to pre-qualification, techno commercial and price bid
evaluation (as mentioned in previous point) shall be covered in separate sealed envelopes
super-scribing “Pre-Qualification Bid”, "Techno Commercial Bid" and “Price Bid” respectively.
Each copy of the proposal shall also be marked as "Original".
X. The bid response should also be made available in CD/DVD format. The CD’s/DVD’s should
be enclosed along with hard copy of the respective bid envelope that contains copies of the
pre-qualification and technical responses. For Ex: CD/DVD containing soft copies of all
documents necessary for the pre-qualification response must be made available in the pre-
qualification bid envelope.
XI. Please note that prices shall not be indicated in the pre-qualification bid or techno
commercial bid but shall only be indicated in the price bid.
XII. The three envelopes containing copies of pre-qualification bid, techno commercial bid and
price bid shall be put in another single sealed envelope clearly marked “Response to RFP for
<Name of the project> -< RFP Reference Number> and the wordings “DO NOT OPEN BEFORE
<Date and Time of Submission>”.
XIII. The outer envelope thus prepared shall also indicate clearly the name, address, telephone
number, E-mail ID and fax number of the Bidder.
XIV. All the pages of the proposal must be sequentially numbered and must contain the list of
contents with page numbers. Any deficiency in the documentation may result in the
rejection of the Bidder’s Proposal.
Tender No. - ISD/128/SYS/INFRA/2020 – Volume II
COCHIN SHIPYARD LIMITED Page 13 of 36
XV. It shall contain no interlineations or overwriting, except as necessary to correct errors made
by the Bidder itself. Any such corrections must be initialled by the authorized signatory of
the Bidder.
XVI. All pages of the bid including the duplicate copies (if any), shall be initialled and stamped by
the authorized signatory of the Bidder. In case any discrepancy is observed by the CSL in the
contents of the submitted original paper bid documents with respective copies (if any), the
information furnished on original paper bid document will prevail over others.
XVII. The offer submitted by the Bidders shall be valid for a minimum period of 180 days from the
date of submission of tender
10. Due Date and Time
The tender has to be submitted in physical form at the address before due date and time as
mentioned in the ‘Section I – Invitation to Bidders’. The tender submitted after due date and time
shall be summarily rejected. Bids received after bid date and time shall be termed as late bids and
may not be considered for bid opening.
11. Deviations
The Bidder may provide deviation to the contents of the RFP document in the format prescribed in
‘Form 7 – Statement of No Deviation’ in Annexure. Deviations mentioned elsewhere will not be
considered.
12. Evaluation Process
The CSL shall evaluate the responses to the RFP and all supporting documents / documentary
evidence. The decision of CSL in the evaluation of responses to the RFP shall be final. CSL reserves
the right to reject any or all Proposals on the basis of any deviations contained in them.
Tender No. - ISD/128/SYS/INFRA/2020 – Volume II
COCHIN SHIPYARD LIMITED Page 14 of 36
13. Stage-wise evaluation will be carried out as stated below:
13.1 Stage –I: Pre-Qualification Bid Evaluation
I. Evaluation will be carried out for the compliance against the Pre-Qualification criteria
mentioned in the RFP
II. All the documentary proof shall be legible & readable otherwise the document will not be
considered for evaluation
III. No content in the documentary proofs shall be scored/shaded/deleted/erased otherwise the
document will not be considered for evaluation
IV. The Bids which does not comply against the stage I evaluation will not be taken up for
further evaluation
13.2 Stage –II: Techno Commercial Bid Evaluation
I. Evaluation will be carried out based on the technical evaluation criteria. The techno
commercial Bid will be evaluated based on the compliances filled up in the techno
commercial Bid and all the terms and conditions of the tender.
II. The entire documentary proof shall be legible & readable otherwise the document will not
be considered for evaluation.
III. No content in the documentary proofs shall be scored/shaded/deleted/erased otherwise the
document will not be considered for evaluation
IV. Those Bidders who scored 60% or more in the techno commercial bid will be called as
“Technically Qualified Bidders” and those bidders only will be taken for further evaluation.
V. If the highest score is less than 60%, CSL reserves the right to fix the minimum marks to
qualify in the techno commercial bid.
VI. The Price Bids of techno-commercially qualified Bidders only will be opened and evaluated.
The decision of CSL will be final in this regard.
13.3 Price Bid Evaluation
The Price Bid consists of four sections as detailed below:
1. Part A – Hardware Cost (CAPEX cost with 5-Year Warranty)
2. Part B – Manpower Cost year wise
3. Part C - Buyback components
Tender No. - ISD/128/SYS/INFRA/2020 – Volume II
COCHIN SHIPYARD LIMITED Page 15 of 36
4. Part D –
a. L1 calculation is indicated in ‘L1 calculation - Cost Summary’ of ‘Form 14 – Price bid format’
in Annexure.
b. Rate Card - SI shall provide the rate card for switches with life-time warranty during the
period of contract. CSL reserves the right to make this negotiation at the time of issuing the
contract
The price Bid evaluation will be carried out as stated below:
I. Arithmetical errors in the price Bid will be rectified on the following basis.
a) If there is a discrepancy between the unit price and the total price that is obtained by
multiplying the unit price and quantity, the unit price shall prevail and will be considered
for future calculations, unless in the opinion of the purchaser there is an obvious
misplacement of the decimal point in the unit price, in which case the total price as
quoted shall govern and the unit price corrected accordingly.
b) b) If there is an error in a total corresponding to the addition or subtraction of subtotals,
the subtotals shall prevail and the total shall be corrected; and
c) If there is a discrepancy between words and figures, the amount in words shall prevail
unless the amount expressed in words is related to an arithmetic error, in which case the
amount in figures shall prevail subject to (a) and (b) above. If there is such discrepancy in
an offer, the same is to be conveyed to the bidder with target date on the above lines and
if the bidder does not agree to the observation of the purchaser, the tender is liable to be
rejected and the same is to be intimated.
14. Pre-Qualification Criteria
The bidder's pre-qualification bid will be evaluated as per the following criteria:
# Minimum Eligibility Required Documents Required
1 The bidder must be a company registered in
India (System Integrators for Data centre
management, IT Infrastructure) under Indian
Companies Act 1956 and 2013. Shall have been
in operation for a period of at least 5 years as on
bid submission date.
The Bidder must submit copy of
a) Certificate of Incorporation &
Memorandum of Association
b) PAN Card
c) GST Registration
d) The Bidder must also submit any
Project work order/PO dated after 01
June 2014 as proof in the name of
bidding entity.
Tender No. - ISD/128/SYS/INFRA/2020 – Volume II
COCHIN SHIPYARD LIMITED Page 16 of 36
# Minimum Eligibility Required Documents Required
2 The bidder whose company registered in India
shall have an average annual turn-over of not
less than INR 25 Crores for IT Infrastructure
service as on
year ending 31st
March 2020 for latest three
Financial Years i.e., 2017-18, 2018-19 & 2019-20.
or
(In case, the Financials for March 2020 are not
available, then bidder can provide Financials
from last three years starting from 31st
March
2019) year ending 31st
March 2019 for latest
three Financial Years i.e., 2016-17, 2017-18 &
2018-19.
The Bidder must submit copy of
a) Audited financial statements for
the last three financial years (2017-
18, 2018-19 & 2019-20) or (2016-17,
2017-18 & 2018-19).
b) Certificate from the Statutory
Auditor/Company secretary on
turnover details for the last three (3)
financial years (2017-18, 2018-19 &
2019-20) or (2016-17, 2017-18 &
2018-19)
Note: For the above point (b), if the
turnover from IT infrastructure
services is not separately identifiable
then, a certificate from statutory
auditor showing the split-up details of
the turn-over shall be submitted
3 The Bidder shall have a positive net worth for
the last financial year ending 31st
March 2020 or
31st
March 2019 (whichever is latest available) as
evidenced by the audited accounts of the
company.
Certificate from the Statutory
Auditor/Company secretary on
positive net-worth for the last
financial year as on 31st
March 2020
i.e. 2019-20 or 31st
March 2019 i.e.
2018-19.
4 Bidder shall have executed for activities related
to IT System Integration projects /Data centre
set up projects including supply, design,
implementation, commissioning, operations and
maintenance in the last 5 years as on Bid
submission date at least:
1 (one) order in India of minimum INR
5,00,00,000/- (Rupees five crores)
OR
The Bidder shall submit:
a) Work order/purchase
order/contract clearly highlighting the
scope of work, Bill of Material and
value of the contract/ order
b) Completion Certificate issued &
signed by the competent authority of
the client entity.
Tender No. - ISD/128/SYS/INFRA/2020 – Volume II
COCHIN SHIPYARD LIMITED Page 17 of 36
# Minimum Eligibility Required Documents Required
2 (two) orders in India for minimum INR
3,00,00,000 (Rupees three crores) each
OR
3 (three) orders in India for minimum INR
2,00,00,000 (Rupees two crores) each
In case completion certificate is not
there, a proper evidence or
satisfactory certificate from the
respective client clearly highlighting
Work in progress, project duration
and milestone completed
5 Bidders shall have valid ISO 27001:2013 or ISO
9001:2008 or ISO 20000:2016 certification as on
tender date.
The Bidder must submit copy of valid
certificate.
6 The Bidder shall not have been black listed by
any Government/ Government Board/
Corporation/ Company/ Statutory Body/ PSU
Company/ Non-Government/ Funding Agencies
as on bid submission date.
The Bidder shall submit an
Undertaking signed by CEO/ Country
Head/ Authorized signatory of the
company to be provided on Non –
judicial stamp paper of INR 100/- or
such equivalent amount and
document duly attested by notary
public.
7 The Bidder/Group Company/Parental Company
must have implemented hardware and provided
support to at least 1 (one) Government/ PSU
client in last 5 (five) years.
The Bidder shall submit:
a) Work order/purchase
order/contract clearly highlighting the
scope of work, Bill of Material and
value of the contract/ order
b) Completion Certificate issued &
signed by the competent authority of
the client entity.
In case completion certificate is not
there, a proper evidence or
satisfactory certificate from the
respective client clearly highlighting
Work in progress, project duration
and milestone completed
Tender No. - ISD/128/SYS/INFRA/2020 – Volume II
COCHIN SHIPYARD LIMITED Page 18 of 36
# Minimum Eligibility Required Documents Required
8 Documentary evidence of proof of authority of
the bid signatory.
Power of attorney or authorization
letter.
9 The Bidder shall have experience in providing
Operations & Management/Facility
Management Services (FMS) for at least one
Data Centre / Server farm in the last 5 years as
on Bid submission date. The facility
management services shall include IT
Infrastructure related (e.g. Servers, storage,
networks etc.)
Note: Bidder’s in-house Data Center project
experience shall not be considered.
The Bidder shall submit:
a) Work order/purchase
order/contract clearly highlighting the
scope of work, Bill of Material and
value of the contract/ order
b) Completion Certificate issued &
signed by the competent authority of
the client entity.
In case completion certificate is not
there, a proper evidence or
satisfactory certificate from the
respective client clearly highlighting
Work in progress, project duration
and milestone completed
10 Must be an authorized partner of the OEM for
the products supplied and must have back to
back agreement between the OEM and the
Bidder. Agreement shall clearly indicate that
OEM would provide support for the duration /
life of the project.
Authorization letters from the
Original Equipment Manufacturers
(OEMs) / software copy right holders
to this effect shall be furnished. The
authorization letter shall mention that
if authorized representative fails to
meet the obligation for items
supplied and / or to be supplied
under this tender, then OEM would
be responsible for all obligations for
their items.
11 The Bidder must have at least 20 qualified
personnel in the field of networking, security,
system on their payroll and trained by the OEMs.
Undertaking on Bidder’s Letterhead
confirming the details of engineers
12 The Bidder shall have a branch office in any of
the State of Andhra Pradesh, Karnataka, Kerala,
The Bidder must submit copy of
a) BSNL Telephone Bills
Tender No. - ISD/128/SYS/INFRA/2020 – Volume II
COCHIN SHIPYARD LIMITED Page 19 of 36
# Minimum Eligibility Required Documents Required
Tamil Nadu, and Telangana. OR
b) Electricity Bills
OR
c) Office Rent agreement
13 a) The Bidder shall provide an undertaking to
carry out Supply, Installation,
Configuration, Testing, Commissioning,
Operate & Support as per the scope of
work as stipulated in the bid document.
b) The Bidder shall quote for a turn-key
solution for the entire scope of this tender.
Partial bids i.e. for a single system will not
be entertained. Self-Declaration from
Authorized Signatory of the Bidder as per
Form 5.
Self-Declaration from Authorized
Signatory of the Bidder as per ‘Form 5
– Self Declaration’ in Annexures.
14 EMD of INR 1,00,000/- (One Lakh Rupees) The Bidder shall submit the original
Demand Draft.
Kindly note that:
a) There can be only 1 bid from each Bidder.
b) Bidder shall have to quote for all the items as specified Bill of material
c) Relevant portions, in the documents submitted in pursuance of eligibility criterion shall be
highlighted. If bid is not accompanied by all the above documents mentioned, the same would
be rejected.
d) CSL reserves the right to verify / confirm all original documentary evidence submitted by bidders
in support of above-mentioned clauses of eligibility criteria. Upon verification, evaluation /
assessment, if in case any information furnished by the bidder is found to be false / incorrect,
their total bid shall be summarily rejected and EMD will be forfeited and no correspondence on
the same shall be entertained.
Tender No. - ISD/128/SYS/INFRA/2020 – Volume II
COCHIN SHIPYARD LIMITED Page 20 of 36
15. Technical Qualification Criteria
The bidder's Technical Qualification bid will be evaluated as per the following criteria:
# Technical Evaluation Criteria Documents Required Marks Max
Marks
1 Experience in handling
projects including supply,
implementation,
commissioning and
operations for a period
exceeding 5 years in IT
System Integration projects in
the last 5 years as on Bid
submission date.
1 (one) order in India of
minimum INR 5,00,00,000/-
(Rupees five crores)
OR
2 (two) orders in India for
minimum INR 3,00,00,000
(Rupees three crores) each
OR
3 (three) orders in India for
minimum INR 2,00,00,000
1. Work order/ PO showing project value and
scope of services
2. Completion certificate/ongoing certificate
Value of Projects (in INR Crores)
Single
Order
value( Rs
crore)
No. of orders
Marks
>=5 1 10
>=5 2 15
>=5 >2 20
>= 3cr and
< 5 cr
2 10
>= 3cr and
< 5 cr
3-4 15
>= 3cr and
< 5 cr
>4 20
>= 2cr and
< 3 cr
3 10
>=2 cr and 4-5 15
20
Tender No. - ISD/128/SYS/INFRA/2020 – Volume II
COCHIN SHIPYARD LIMITED Page 21 of 36
# Technical Evaluation Criteria Documents Required Marks Max
Marks
(Rupees two crores) each < 3 cr
>=2 cr and
< 3 cr
>5 20
Maximum marks = 20
2 Experience of providing
Operations &
Management/Facility
Management Services (FMS)
for at least one Data Centre
in the last 5 years as on Bid
submission date. The facility
management services shall
include IT Infrastructure
related (e.g. networks
,servers, storage, etc.)
Note: Bidder’s in-house Data
Center project experience
shall not be considered.
1. Work order/ PO showing project value and
scope of services
2. Completion certificate
1 Project 10 Marks
2 - 4 Projects 15 Marks
More than 4 Projects 20 Marks
20
Tender No. - ISD/128/SYS/INFRA/2020 – Volume II
COCHIN SHIPYARD LIMITED Page 22 of 36
# Technical Evaluation Criteria Documents Required Marks Max
Marks
3 Approach and Methodology A detailed presentation to be submitted covering
areas that include but are not restricted to
a) Understanding of the project
b) Approach & Methodology
c) Proposed work Plan and timelines
d) Understanding of risk factors and mechanism
to mitigate them
Assessment of technological & managerial understanding
of bidder based on criteria like:
Understanding of the project 5 Marks
Approach & Methodology to execute the
project
5 Marks
Bidder’s Proposed work Plan and Timeline 5 Marks
Understanding of risk factors and
mechanism to mitigate them
5 Marks
20
4 CVs of Resources dedicated
for this project. One
dedicated resource is
required.
Systems engineer :
• Diploma/B.E/B.Tech/MCA
• Minimum 07 years of
experience and out of 07
years, 03 years must be
in network and system
domain
• Certification:
CCNA/CCNP/CEH or
CVs of resources as per the specified criteria.
Note: Bidder has to submit the scan copy of
certifications as evidence.
Note: In case bidder fails to submit the CV as per
the mentioned criteria for any designation, zero
(0) marks shall be allotted.
System engineer :
Total years of experience -7
years
Experience in network and
system domain - 3 year
Certification: CCNA/CCNP/CEH
or equivalent
8
Total years of experience > =8
years
Experience in network and
system domain >= 4 years
Certification: CCNA/CCNP/CEH
10
10
Tender No. - ISD/128/SYS/INFRA/2020 – Volume II
COCHIN SHIPYARD LIMITED Page 23 of 36
# Technical Evaluation Criteria Documents Required Marks Max
Marks
equivalent or equivalent
5 Bidder must have at least 20
technically qualified
resources in the field of
networking/security/system
on their payroll.
Confirmation from company’s HR on letter head >=20 <=30 resources - 10 Marks
>30 <=40 resources - 15 Marks
>40 resources - 20 Marks
20
6 Bidders shall have valid ISO
27001:2013 and/or ISO
9001:2008 and/or ISO
20000:2016
Scan copy of ISO 27001:2013 and/or ISO
9001:2008 and/or ISO 20000:2016
1 Certificates 8 Marks
>= 2 Certificates 10 Marks
10
Total Marks 100
Note:
1. Each page of the proposal shall be signed and sealed by the bidder and submitted along with the Techno-commercial bid
2. Those Bidders who scored 60% or more in the techno commercial bid will be called as “Technically Qualified Bidders” and those bidders only will be
taken for further evaluation.
Tender No. - ISD/128/SYS/INFRA/2020 – Volume II
COCHIN SHIPYARD LIMITED Page 24 of 36
16. Start-ups (MSEs or otherwise)
I. For Start-ups (MSEs or otherwise), the turnover and prior work experience expressed in
monetary terms, are relaxed to 50% of the prescribed limit above.
II. Start-up Registration certificate as defined under notification of DIPP GSR 501(E) dated 23
May2017 shall be submitted along with offer for availing the above relaxations.
III. All firms who are registered with District Industries Centre and come under the category of
micro and small enterprises holding a valid EM part II certificate or udyog adhaar
certificate, are exempted from submission of Earnest Money Deposit (EMD)
IV. For all the firms who are registered with nsic and come under micro and small enterprises
holding a valid nsic certificate, the below benefit is also extended in addition to ‘III’ above.
I. Waiver of security deposit (SD) for the performance of the contract (10% of the
order value by the way of bank guarantee till the supplies are completed). However,
to ensure performance of the item during the guarantee period a performance bank
guarantee (PBG) (10% of order value by the way of bank guarantee) to be submitted
by the firm as applicable.
V. Public Procurement Policy for Micro and Small Enterprises (MSEs) is/shall be applicable.
17. Acceptance of Tender and Withdrawals
The right of final acceptance of the tender is entirely vested with CSL who reserves the right to
accept or reject, any or all of the tenders in full or in parts without assigning any reason whatsoever.
There is no obligation on the part of CSL to communicate with rejected Tenderers/Bidders. After
acceptance of the tender by CSL, the bidder shall have no right to withdraw his tender or claim
higher price.
18. Security Deposit
The successful bidder shall remit a Security Deposit of 5% of the total order value (excluding taxes,
duties) in the form of demand draft drawn in favour of Cochin Shipyard Limited, towards the
satisfactory performance of the contract (till commissioning), if an order is placed on them.
Alternatively, a Bank Guarantee equivalent to above 5% of the total order value (excluding taxes,
duties) as per the format mentioned in ‘Annexure 4 - Bank Guarantee in lieu of Security Deposit/
Warranty Guarantee’ from a Scheduled Indian bank to be submitted. The Bank Guarantee should be
valid till the completion of supplies/ commissioning plus a grace period of 90 days.
Tender No. - ISD/128/SYS/INFRA/2020 – Volume II
COCHIN SHIPYARD LIMITED Page 25 of 36
Fixed Deposit Receipt (for equivalent amount of security Deposit required as per tender) in lieu of
bank guarantee is also acceptable. Fixed Deposit Receipt shall be in the name of supplier with lien
marked in favour of Cochin Shipyard Limited, Kochi
Non-Submission of Security deposit: Exemption towards submission of Security deposit will not be
granted to any bidders (excluding firms exempted as per govt. guidelines (like MSME /NSIC etc.).
Refund of Security Deposit: Security Deposit will be refunded to the bidder without any interest,
within 30 days after he has duly performed and completed the supply and commissioning of the
work in all respects and Warranty Bank Guarantee as per clause 19 of this RFP is furnished for the
period specified.
Forfeiture of Security Deposit: Security deposit shall be forfeited by CSL in case of non-performance
of agreed terms and/ or default/breach by bidder with application of risk purchase provisions where
applicable.
Renewal of Security Deposit: CSL will monitor the validity of security deposit vis-a-vis
delivery/completion period as per the contract. In case delivery /completion is likely to be delayed,
CSL will instruct the bidder to extend the validity of security deposit till the completion of delivery. In
case, Bank Guarantee for security deposit is not extended/ renewed by the bidder as per the request
of CSL, CSL may withhold the equivalent amount from the immediate next payment due for the
bidder.
19. Performance Bank Guarantee
On satisfactory completion of the supply and commissioning, bidder shall submit a Bank guarantee
equivalent to 5% of total order value (excluding taxes and duties) as per the format mentioned in
‘Annexure 4 - Bank Guarantee in lieu of Security Deposit/ Performance Guarantee’ from a Scheduled
Indian Bank for enforcement of satisfactory performance of the equipment or material supplied /
work done as per the contract during the agreed warrantee period. The Bank Guarantee, as
mentioned in clause 18 of this RFP may be revalidated to cover the agreed guarantee period plus 90
days.
Performance Bank Guarantee is applicable for equipment’s and for items where installation and
commissioning are involved. This is to cover the defects arising from design, materials, workmanship
or any omission from the part of bidder during a specified period of months from the date of
commissioning or from the date of dispatch in case of goods whichever is earlier.
Fixed Deposit Receipt (for equivalent amount of performance bank guarantee required as per
tender) in lieu of bank guarantee is also acceptable. Fixed Deposit Receipt shall be in the name of
supplier with lien marked in favour of Cochin Shipyard Limited, Kochi.
The Performance Bank Guarantee shall be returned to the bidder at the end of the
guarantee/warranty plus 90 days and on satisfactory liquidation of all guarantee claims, if any.
Tender No. - ISD/128/SYS/INFRA/2020 – Volume II
COCHIN SHIPYARD LIMITED Page 26 of 36
Exemption towards the submission of Performance Bank Guarantee shall not be granted to any
bidders excluding firms exempted as per Govt. guidelines. If the bidder doesn’t submit SD/WBG as
per CSL GTC, CSL reserves the right to withhold the remain payments of bidder.
20. Integrity Pact
As per Government of India (Central Vigilance Department), CSL and the SUPPLIER have to sign an
Integrity Pact for the high value contracts, for ensuring transparency, equity and competitiveness in
public procurement. The Tenderer has to sign Pre-Contract Integrity Pact as per format enclosed at
'Annexure 3 - Integrity Pact' and to submit along with offer (Mandatory condition).
21. Release of Work Order
After the execution of the agreements specified in the tender Document and after receipt of the
performance bank guarantee remittance, CSL will release the formal Work Order to the Successful
Bidder.
22. Execution of Work Order
The Successful Bidder shall nominate and intimate CSL, a Project Manager specifically to handle the
Work Order from CSL and ensure that he fully familiarizes with the terms and conditions of the
tender, scope of work, Work Order and the guidelines, and is responsible to effectively execute the
Work Order complying all the terms and conditions.
23. JV/ Consortium
The RFP does not allow JV/ Consortium to respond. The bidder can only bid as a Single Bidder.
Tender No. - ISD/128/SYS/INFRA/2020 – Volume II
COCHIN SHIPYARD LIMITED Page 27 of 36
SECTION III - GENERAL CONDITIONS OF THE CONTRACT
General Conditions of the Contract
1. Publicity
a) Any publicity with regard to this response, future contract negotiations and/or subsequent
installation, whether in the form of brochures, releases or verbal announcement, may be made
only with the prior written consent of CSL.
b) Bidders are not authorized to use CSL’s name, CSL’s logos, or any information about CSL in
bidder advertising or promotional materials, including but not limited to customer lists, and case
studies.
2. Discrepancies, omission and additional Information
a) Bidder is responsible for examining this RFP and all addenda/corrigendum that will published in
CSL website till date of tender opening. Failure to do so will be at the sole risk of bidder.
b) This document describes CSL’s tentative plans and if any point is unclear, it is the bidder’s
responsibility to ascertain the true facts and considerations to enable the bidder to properly
respond to this RFP in a timely manner.
c) Shall the bidder find discrepancies, omissions, unclear or ambiguous content, or shall any
question arise concerning this RFP, bidder shall notify the CSL contact of such findings and/or
questions as per the mentioned timeline for clarification of any queries with regards to this RFP.
d) Shall such matters remain unresolved by CSL prior to bidder’s preparation of its response, such
matters must be addressed in bidder’s response.
e) CSL is not responsible for oral statements made by its employees, agents, or representatives
concerning this RFP.
f) No enhancement of rates for whatever cause will be allowed once the offer is accepted and an
order is placed. Withdrawal of the quotation after it is accepted (ie. after opening of the price
bid within the validity of the period) or failure to make the supply within the stipulated delivery
period, will entail cancellation of the order and forfeiture of Security Deposit, if any and/or Risk
Purchase.
g) Taxes and duties if any, payable extra are to be intimated in the offer
h) Prices shall be fixed for effecting supplies for order placed within offer validity period,
irrespective of delivery period of items.
i) L1 computation shall be based on total cost of materials (with warranty) and onsite manpower
charges for 5 years.
Tender No. - ISD/128/SYS/INFRA/2020 – Volume II
COCHIN SHIPYARD LIMITED Page 28 of 36
j) In the event price bid is different from the un-priced format already submitted, yard reserves the
right to reject the offer without any further discussions.
k) Bidders under tender holiday (as on bid opening date) list of any PSE/PSU in India would not be
qualified in this tender. A declaration to be submitted by bidder (Form 6 of the Annexure)
indicating that they are not on tender holiday list as on due date of bid submission. Offers not
accompanied with such declaration shall make the bidders liable for rejection. Any wrong
declaration in this context shall make the bidders liable for action under CSL holiday listing
procedure
l) In case any of the conditions are not acceptable to the tenderer, it should be specifically
indicated in the tender failing which it will be presumed that all the terms and conditions are
acceptable.
3. Confidentiality
a) This request for proposal and all materials submitted by CSL for this purpose, must be
considered confidential, and may not be distributed or used for any purpose other than the
preparation of a response for submission to CSL.
b) The Bid documents shall remain the exclusive property of the CSL without any right to the Bidder
to use them for any purpose other than the preparation of a response for submission to CSL.
Non-Disclosure Agreement (NDA) as per ‘Annexure 5 - Non-Disclosure Agreement’ shall be
signed by the successful bidder.
c) Disclosure of any part of the information contained therein to parties not directly involved in
providing the services /products requested, could result in disqualification and/or legal action.
When submitting confidential material to CSL, the bidder must clearly mark it as such.
4. Liquidated Damage
In cases of delay in providing deliverables as per the payment milestones beyond the stipulated
delivery period, which is not attributable to CSL, bidder shall pay Liquidated Damages (and not by
way of penalty) a sum equivalent to ½ % (half percent) per week or part of the week of the total
order value (excluding freight, taxes, other charges etc.) of equipment and of the order value of the
materials delayed, subject to a maximum of 10% of the order value of undelivered material/
equipment with a grace period of 15 days.
If it is found that the item/ equipment supplied does not conform to the binding data furnished,
Liquidated Damages towards corrective action needed for the installation onboard on account of
such non-conformity, a sum equivalent to ½ % per week of the order value, subject to a maximum of
5% of the total contract value shall be imposed and the same shall be deducted from the balance
payment.
Tender No. - ISD/128/SYS/INFRA/2020 – Volume II
COCHIN SHIPYARD LIMITED Page 29 of 36
Further, GST will be applicable upon Liquidated Damages and the same also will be deducted along
with Liquidated Damages. However, Liquidated Damages applicability is without prejudice to CSL
right to terminate contract for delayed delivery or other actions.
5. Indemnity
The Bidder will indemnify the Purchaser from and against all third-party claims of infringement of
patent, trademark/copyright or industrial design rights arising from the use of the supplied
software/ hardware/manpower etc. and related services or any part thereof. Purchaser stand
indemnified from any claims that the bidder’s manpower may opt to have towards the discharge of
their duties in the fulfilment of the purchase orders. Purchaser also stand indemnified from any
compensation arising out of accidental loss of life or injury sustained by the bidder’s manpower
while discharging their duty towards fulfilment of the purchase orders.
6. Risk Purchase & Termination of Contract
If the bidder fails to provide the service / project phase ordered within the delivery period as per
project plan or violate any of the terms and conditions of the contract, CSL shall have the following
rights:
• To terminate the contract with 15 days’ notice and invoke the BG.
• To award the work to any third party at the risk and cost of service provider (at total order/
bid value ).
• The firm will be awarded tender holiday for an appropriate period in line with CSL extant
methodology.
The contract with the successful bidder may be terminated in the following circumstances:
a. In the event of the successful bidder having been adjudged insolvent or going into liquidation or
winding up their business or failing to observe any of the provisions of the contract or any of
the terms and conditions governing the contract or failure to render the contracted services in
time, CSL shall be at the liberty to terminate the contract forthwith without prejudice to any
other right or remedies under the contract and to get the work done by other agencies at the
risk and cost of the successful bidder and to claim from the vendor any resultant loss sustained
or costs incurred (limited to the total contract value).
b. When the successful bidder is found to have made any false or fraudulent declaration or
statement to get the contract or he is found to be indulging in unethical or unfair practices.
c. When both parties mutually agree to terminate the contract.
d. If the successful bidder subcontracts or transfers or assigns the contract or any part thereof to a
third party.
7. Force Majeure
Should failure in performance of the contract or part thereof arise from war insurrection, restrain
imposed by Government, Act of Legislature or other Statutory Authority or illegal strike, riot, legal
Tender No. - ISD/128/SYS/INFRA/2020 – Volume II
COCHIN SHIPYARD LIMITED Page 30 of 36
lock-out, plague, epidemic, pandemic, outbreaks of infectious disease or any other public health
crisis, including quarantine or other employee restrictions imposed by State Government or Indian
Government, flood, fire, explosion, act of God or any inevitable or unforeseen event beyond human
control which may be construed as reasonable ground for an extension of time, CSL may allow such
additional time as is mutually agreed, to be justified by the circumstances of the case. The
occurrence / cessation of force majeure situation is to be informed with documentary evidence
within 15 days from the date of occurrence /cessation.
8. Black Listing
In case the buyer fails to execute the contract properly as per the terms and conditions of the
contract CSL reserves the right to procure the material otherwise as considered appropriate in which
case any loss to CSL on account of this will be recovered from the suppler as per clause IV (4). In case
of noncompliance of the Purchase /work order conditions, Cochin Shipyard also reserves the right to
attach / forfeit the EMD / security deposit/PBG in this connection. Also, the firm will be black listed
for one year from the date of black listing.
Tender No. - ISD/128/SYS/INFRA/2020 – Volume II
COCHIN SHIPYARD LIMITED Page 31 of 36
9. Jurisdiction/ Arbitration clause
I. Any disputes arising during the currency of the contract shall, in the first instance be
settled by mutual discussions and negotiations. The results of such resolution of dispute
shall be incorporated as an amendment to the contract, failing which the parties can resort
to arbitration.
II. If any dispute, disagreement or question arising out, of or relating to, or in consequence of
the contract, or to its fulfilment, or the validity of enforcement thereof, cannot be settled
mutually or the settlement of which is not herein specifically provided for, then the dispute
shall within thirty days from the date either party informs the other in writing that such
disputes, disagreement exists, be referred to arbitration. The arbitrators shall be
appointed, and the arbitration proceedings shall be conducted in accordance with and
subject to the Arbitration and Conciliation Act, 1996 (No. 26 of 1996) as amended from
time to time and the decision of the Arbitrators shall be final and binding on the parties
hereto. The arbitration will be done by a panel comprising one arbitrator nominated by
each party, and a mutually agreed Umpire. Each party shall bear its own cost of preparing
and presenting its case. The cost of arbitration shall be shared equally by the parties unless
the award provides otherwise. The enforcement of the award shall be governed by the
rules and procedures in force in the State in which it is to be executed. Performance under
this Contract shall however, continue during arbitration proceedings and no payment due
or payable by the parties hereto shall be withheld unless any such payment is or forms a
part of the subject matter of arbitration proceedings. The language of arbitration shall be
English and the law applicable shall be Indian law. The seat of arbitration shall be
Ernakulam, Kerala.
III. In case of disputes, the same will be subjected to the jurisdiction of Courts at Ernakulam,
Kerala only. Orders shall be governed and construed in accordance with Indian law.
10. Grievance Redressal Committee
Cochin Shipyard has constituted a grievance committee as an alternate mechanism for redressal of
grievances in all contracts for purchase of goods and services, where the value is above Rs 100 Lakhs.
The parties to this contract can approach this committee in case they are unable to settle their
disputes through discussions with concerned department of Cochin Shipyard overseeing the contract
11. Conflict of Interest
CSL requires that bidder must provide professional, objective, and impartial advice and at all times
hold the interests paramount, strictly avoid conflicts with other assignments/jobs or their own
corporate interests and act without any consideration during the scope of work as mentioned in this
RFP. In case the bidders have any subsisting interest, either by themselves or through their partners,
Tender No. - ISD/128/SYS/INFRA/2020 – Volume II
COCHIN SHIPYARD LIMITED Page 32 of 36
that is likely to conflict the work specified in the Scope of Work, CSL reserves the right to accept or
reject such bids.
12. Fraud and Corruption
CSL requires that bidder selected through this RFP must observe the highest standards of ethics
during the performance and execution of such contract.
I. In pursuance of this policy, CSL:
(a) Defines, for the purposes of this provision, the terms set forth as follows:
a) "Corrupt practice" means the offering, giving, receiving or soliciting of anything of value
to influence the action of CSL or any personnel of Bidder(s) in contract execution.
b) "Fraudulent practice" means mis-presentation of facts, in order to Influence a
procurement process or the execution of a contract, to CSL, and includes collusive
practice among Bidders (prior to or after tender submission) designed to establish bids
at artificially high or non-competitive levels and to deprive CSL of the benefits of free
and open competition
c) "Unfair trade practices" means supply of services different from what is ordered on, or
change in the Scope of Work
d) "Coercive practices" means harming or threatening to harm, directly or indirectly,
persons or their property to influence their participation in the execution of contract.
II. Will reject a proposal for award, if it determines that the bidder recommended for award
engaged in corrupt, fraudulent or unfair trade practices.
III. Will declare a firm ineligible, either indefinitely or for a stated period of time, for awarding
the contract or terminate the awarded contract, if it at any time determines that the firm
has engaged in corrupt, fraudulent and unfair trade practice in competing for, or in
executing, the contract.
13. Timelines
The Timeline for the prescribed scope will be counted from the date of issue of LOI/PO (T). The L1
successful bidder shall complete the work within the stipulated time.
S. No Activity Timeline (in weeks)
1 LoI issuance to Successful L1 Bidder T
2 Delivery of hardware T + 6
Tender No. - ISD/128/SYS/INFRA/2020 – Volume II
COCHIN SHIPYARD LIMITED Page 33 of 36
3 Installation and configuration at CSL T+12
4 Acceptance test T + 14
5 Knowledge and technology transfer T + 15
6 Go-Live and handover the project T + 16
14. Payment Terms and Schedule
The payment shall be made against an invoice describing, as appropriate, the milestone completed.
The Contract Price shall be paid in Indian Rupees in accordance with the Payment Schedule below:
14.1 Infrastructure Procurement Cost (CAPEX)
S No Project Milestone
Duration
from PO date
(T1)
Payment
(%)
1. Delivery of the all the IT components as per purchase
order T1+ 6 weeks 70
2.
Completion of Design, Supply, Configuration,
Installation, Commissioning & Performance guarantee
tests of all the components
T1+ 12 weeks 10
3. At the successful completion of Final Acceptance Test ,
knowledge and technology transfer and project go-Live
T1+ 16 weeks
(T2) 10
4. Completion of one-year warranty One year
after T2 2
5. Completion of second year warranty Two years
after T2 2
6. Completion of third year warranty Three years
after T2 2
7. Completion of fourth year warranty Four years
after T2 2
8. Completion of fifth year warranty Five years
after T2 2
Total 100
Tender No. - ISD/128/SYS/INFRA/2020 – Volume II
COCHIN SHIPYARD LIMITED Page 34 of 36
Note:
1) Payment after T2 to be done at the end of each half-yearly, from the date of commissioning
certificate
2) SI has to provide 5-year warranty certificate from OEM before first milestone payment.
14.2 Operations Cost (OPEX)
S No Project Milestone Payment Milestone
1 Operational cost which includes manpower
cost
For each half year, payment shall be
made as per the details given below:
a) 70% advance of half yearly
operational cost
b) Balance 30% after successful
completion of each half year.
The contract period is for 5 years (10 half
years) from the date of issuance of PO .
15. Taxes and Duties
Except as otherwise specifically provided in the contract, the supplier shall bear and pay all taxes,
duties, levies, and charges assessed on the supplier by all municipal, state, or national government
authorities, in connection with the Goods and Services supplied under the contract. However, the
breakup of prices and taxes & duties shall be furnished as per price schedule. GST shall be paid extra.
Statutory variation in taxes, duties and levies in India within the original completion period shall be
to the purchaser’s account.
16. Other Terms and Conditions
a) Supplier at his own cost shall arrange the clearance of the spare parts, equipment etc. from
customs and port authorities in India and shall pay all requisite duties including customs duty,
demurrages, if any, clearance fees, charges, port fees, clearing and forwarding agent
fees/charges, inland transport charges etc.
b) Supplier will have to arrange his own transport facility for the maintenance engineer/technician
to attend to the maintenance calls and for movement of spares.
c) Supplier will have to arrange his own accommodation for its engineer/technician at Cochin
17. Spares, Consumables and Special Tools
The supplier at his own cost shall arrange all consumables, special tools, tackles and appliances
required for installation, testing & commissioning.
Tender No. - ISD/128/SYS/INFRA/2020 – Volume II
COCHIN SHIPYARD LIMITED Page 35 of 36
18. Limitation of Liability
The maximum aggregate liability for all claims under or in relation to this agreement shall be
regardless of the form of clauses (s) limited to the total order value. In no event, either party be
liable for any indirect or consequential damages, including but not limited to any loss of use, loss of
data, business interruption and loss of income or profits, irrespective of whether it had an advance
notice of the possibility of any such damages.
YES NO
1Submission of Tender in two parts-Price & Techno-commercial
2 Delivery date confirmation to yards delivery schedule
4Payment term as per tender enquiry
6Are you an MSME registered vendor? If yes,Please attachvalid Udyog Adhaar Certificate
COMMERCIAL CHECK LIST
Validity of offer - 6 months
DESCRIPTION
5
3
COMPLIANCE
Agency Commission payable to Indian Agent, if any, andif so amount payable by the supplier
REMARKSSL NO
9
8Have you quoted for the perdiem rate for additional daysof stay at Cochin of your service engineer
For overseas firms only : Have you quoted rates for bothFOB (indicating sea/airport) and C&F Cochin port. Pricesto be quoted in USDFor indegenious suppliers : Have you quoted the rates fordelivery at Cochin Shipyard (For CSL Store) basis.
7Have you included the minimum days of service/commissioning/installation engineers
10A copy of price offer without price to be included in thetechno-commercial offer. Please confirm
11Have you specified Taxes, duties, levies, packing &forwarding etc., if any, in the offer.
12
Security Deposit for 5% of order value by way of BankGuarantee to be submitted towards satisfactoryperformance of contract on placement of order. The BGshould be valid till completion of contract plus 90 daysgrace peroid and later revalided to cover the Guaranteeperiod as specified by CSL.
13L.D. payable as per relevant Clause in the General termsof enquiry .
14Disputes in connection with contract subject to jurisdictionof courts at Cochin, India.
15Willingness to come to Cochin for techno commercialnegotiation
16Termination of contract/Risk purchase as per relevantclause in the General terms of enquiry.
17Suppliers credit as per relevant clause in the Generalterms of enquiry
18Confirm all other terms and conditions of enquiry areacceptable.
Signature
Address of the Tenderer.
Note: Whether there is non-agreement, deviations to be mentioned in detail
Address of the Tenderer.
COCHIN SHIPYARD LIMITED
(A Government of India Enterprise)
Request for Proposal (RFP)
for
SUPPLY, DESIGN, IMPLEMENTATION,
COMMISSIONING AND MAINTENANCE OF
NETWORK INFRASTRUCTURE – Annexure
Enquiry No: ISD/128/SYS/INFRA/2020
PO Bag # 1653, Perumanoor P O
Kochi 682015
Tel: +91 484 2501296, 2501298
Web: www.cochinshipyard.com
Note: This RFP contains twovolumes and an annexure, kindly refer all the documents before quoting
for this RFP.
This document is Annexure of the CSL RFP
Tender No: ISD/128/SYS/INFRA/2020 - Annexure
COCHIN SHIPYARD LIMITED Page 1 of 49
Table of Contents
Annexure 1: BID FORMAT .......................................................................................................... 3
1. Formats for Pre-Qualification Bid ................................................................................................. 3
1.1 Form 1: Pre-Qualification Bid Letter ..................................................................................... 3
1.2 Form 2: Bidder’s Profile ........................................................................................................ 5
1.3 Form 3: Compliance to Pre-qualification Criteria ................................................................. 7
1.4 Form 4: Manufacturer’s Authorization Form...................................................................... 12
1.5 Form 5: Self-Declaration ..................................................................................................... 14
1.6 Form 6: Declaration of Track Record .................................................................................. 15
1.7 Form 7: Statement for No Deviation .................................................................................. 16
2. Formats for Technical Commercial Proposal .............................................................................. 17
2.1 Form 8: Technical Commercial Bid Submission Letter ........................................................ 17
2.2 Form 9: Manpower CV Format ........................................................................................... 18
2.3 Form 10: Technical evaluation – Bidder’s Past experience in System Integration services19
a) Detailed form .............................................................................................................. 19
b) Bidder’s system integration services summary form .................................................. 19
2.4 Form 11: Bidder’s experience in Providing Facility Management Services (FMS) .............. 20
a) Detailed form .............................................................................................................. 20
b) Bidder’s Facility Management Services (FMS) summary form ................................... 20
2.5 Form 12: Team Composition and their Availability ............................................................ 21
2.6 Approach & Methodology .................................................................................................. 21
2.7 Valid Certification................................................................................................................ 21
3. Formats for Price Bid .................................................................................................................. 22
3.1 Form 13: Price Bid Letter .................................................................................................... 22
3.2 Form 14: Price Bid Format .................................................................................................. 24
I. Part A ................................................................................................................... 24
1. Hardware procurement Cost (with 5-Year Warranty) .......................................... 24
2. Detailed Hardware Cost breakup ............................................................................. 26
II. Part B.............................................................................................................................. 29
Manpower Cost ............................................................................................................. 29
III. Part C – Buy back components ...................................................................................... 29
IV. Part D ............................................................................................................................. 30
a. L1 calculation - Cost Summary ............................................................................... 30
Tender No: ISD/128/SYS/INFRA/2020 - Annexure
COCHIN SHIPYARD LIMITED Page 2 of 49
b. Rate Card ................................................................................................................ 31
Annexure 2: List of existing IT Infrastructure at CSL for information ........................................ 32
a. List of Network Components present in the CSL Campus ................................................ 32
b. List of Applications Hosted at CSL Data Centre ................................................................ 33
Annexure 3: Integrity Pact ..................................................................................................... 35
Annexure 4: Bank Guarantee in lieu of Security Deposit/ Warranty Guarantee ....................... 43
Annexure 5: Non-Disclosure Agreement ................................................................................ 45
Tender No: ISD/128/SYS/INFRA/2020 - Annexure
COCHIN SHIPYARD LIMITED Page 3 of 49
Annexure 1: BID FORMAT
1. Formats for Pre-Qualification Bid
1.1 Form 1: Pre-Qualification Bid Letter
(To be submitted on Bidder’s Letterhead)
To
ASSISTANT GENERAL MANAGER (AGM) – IT
COCHIN SHIPYARD LTD
(GOVT. OF INDIA ENTERPRISE,)
PO BAG No. 1653, PERUMANOOR PO,
COCHIN, 682 015
Dear Sir/ Madam,
Subject: Supply, Design, Implementation, Commissioning and Maintenance of NetworkInfrastructure
at CSL
Reference:ISD/128/SYS/INFRA/2020
We, the undersigned Bidders, having read and examined in detail all the Tender documents do
hereby propose to provide the services as specified in the Tender document number < Tender
Number > along with the following
1. Earnest Money Deposit (EMD)
We have paid an EMD of INR 1,00,000/- (Rupees One Lakh Only). This EMD is liable to be forfeited in
accordance with the provisions mentioned in ‘Section II – Forfeiture of Earnest Money Deposit’ of
volume II
2. Contract Performance Guarantee Bond
We hereby declare that if the contract is awarded to us, we shall submit the performance bank
guarantee in the form prescribed in the Annexure 4 of RFP
3. Self-Declaration
We hereby declare/confirm the following information on our offered solution:
a) We will quote for a turn-key solution for the entire scope of this tender.
b) We will carry Supply, Design, Implementation, Commissioning and Maintenance of Network
infrastructure at CSL as per the entire scope of work as stipulated in the bid document.
Tender No: ISD/128/SYS/INFRA/2020 - Annexure
COCHIN SHIPYARD LIMITED Page 4 of 49
c) We will provide warranty supportfor all the Equipment’s supplied at CSL for a period of 05
years.
We hereby declare that our Bid is made in good faith, without collusion or fraud and the information
contained in the Bid is true and correct to the best of our knowledge and belief. We also accept that,
if at any stage the information furnished is found to be incorrect or false, we are liable for
disqualification from this tender and also is liable for any penal action that may arise due to the
above
We understand that the bid is binding on us and that you are not bound to accept a bid you receive.
Thanking You
Yours Faithfully
Name
Designation
Seal
Date:
Tender No: ISD/128/SYS/INFRA/2020 - Annexure
COCHIN SHIPYARD LIMITED Page 5 of 49
1.2 Form 2: Bidder’s Profile
1. Name of the Bidder
2. Address of the Bidder
3. Status of the Company (Public / Pvt
Ltd)
4.
Details of Incorporation of the
Company
Date:
Reference:
5. Details of Commencement Business
Date:
Reference:
6. GSTIN
7. Permanent Account Number
8.
Name and Designation of the
Contact person to whom all
references regarding this tender
shall be made
9. Telephone Number with STD Code
10. E-Mail of the contact person
11. Fax No:
12. Web Site
13. Financial Details (As per Audited
Balance sheets)
Year 2014-
15
2015-
16
2016-
17
2017-
18
2018-
19
14. Net Worth
15. Turn Over
Date:
Tender No: ISD/128/SYS/INFRA/2020 - Annexure
COCHIN SHIPYARD LIMITED Page 6 of 49
Place:
Bidder Bidder’s Seal:
Name: Signature:
Designation:
Tender No: ISD/128/SYS/INFRA/2020 - Annexure
COCHIN SHIPYARD LIMITED Page 7 of 49
1.3 Form 3: Compliance to Pre-qualification Criteria
# Minimum Eligibility Required Documents Required Compliance (Yes/
No)
1 The bidder must be a company
registered in India (System
Integrators for Data centre
management, IT Infrastructure)
under Indian Companies Act 1956
and 2013. Shall have been in
operation for a period of at least 5
years as on bid submission date.
The Bidder must submit
copy of
a) Certificate of
Incorporation &
Memorandum of
Association
b) PAN Card
c) GST Registration
d) The Bidder must also
submit any Project work
order/PO dated after 01
June 2014 as proof in the
name of bidding entity.
2 The bidder whose company
registered in India shall have an
average annual turn-over of not less
than INR 25 Crores for IT
Infrastructure service as on
year ending 31st
March 2020 for
latest three Financial Years i.e.,
2017-18, 2018-19 & 2019-20.
or
(In case, the Financials for March
2020 are not available, then bidder
can provide Financials from last
three years starting from 31st
March
2019) year ending 31st
March 2019
for latest three Financial Years i.e.,
2016-17, 2017-18 & 2018-19.
The Bidder must submit
copy of
a) Audited financial
statements for the last three
financial years (2017-18,
2018-19 & 2019-20) or
(2016-17, 2017-18 & 2018-
19).
b) Certificate from the
Statutory Auditor/Company
secretary on turnover
details for the last three (3)
financial years (2017-18,
2018-19 & 2019-20) or
(2016-17, 2017-18 & 2018-
19)
Note: For the above point
(b), if the turnover from IT
Tender No: ISD/128/SYS/INFRA/2020 - Annexure
COCHIN SHIPYARD LIMITED Page 8 of 49
# Minimum Eligibility Required Documents Required Compliance (Yes/
No)
infrastructure services is not
separately identifiable then,
a certificate from statutory
auditor showing the split-up
details of the turn-over shall
besubmitted
3 The Bidder shall have a positive net
worth for the last financial year
ending 31st
March 2020 or 31st
March
2019 (whichever is latest available)
as evidenced by the audited
accounts of the company.
Certificate from the
Statutory Auditor/Company
secretary on positive net-
worth for the last financial
year as on 31st
March 2020
i.e. 2019-20 or 31st
March
2019 i.e. 2018-19.
4 Bidder shall have executed for
activities related to IT System
Integration projects /Data centre set
up projects including supply, design,
implementation, commissioning,
operations and maintenance in the
last 5 years as on Bid submission
date at least:
1 (one) order in India of minimum
INR 5,00,00,000/- (Rupees five
crores)
OR
2 (two) orders in India for minimum
INR 3,00,00,000 (Rupees three
crores) each
OR
3 (three) orders in India for minimum
INR 2,00,00,000 (Rupees two crores)
each
The Bidder shall submit:
a) Work order/purchase
order/contract clearly
highlighting the scope of
work, Bill of Material and
value of the contract/ order
b) Completion Certificate
issued & signed by the
competent authority of the
client entity.
In case completion
certificate is not there, a
proper evidence or
satisfactory certificate from
the respective client clearly
highlighting Work in
progress, project duration
and milestone completed
Tender No: ISD/128/SYS/INFRA/2020 - Annexure
COCHIN SHIPYARD LIMITED Page 9 of 49
# Minimum Eligibility Required Documents Required Compliance (Yes/
No)
5 Bidders shall have valid ISO
27001:2013 or ISO 9001:2008 or ISO
20000:2016 certification as on
tender date.
The Bidder must submit
copy of valid certificate.
6 The Bidder shall not have been
black-listed by any Government/
Government Board/ Corporation/
Company/ Statutory Body/ PSU
Company/ Non-Government/
Funding Agencies as on bid
submission date.
The Bidder shall submit an
Undertaking signed by CEO/
Country Head/ Authorized
signatory of the company to
be provided on Non –
judicial stamp paper of INR
100/- or such equivalent
amount and document duly
attested by notary public.
7 The Bidder/Group
Company/Parental Company must
have implemented hardware and
provided support to at least 1 (one)
Government/ PSU client in last 5
(five) years.
The Bidder shall submit:
a) Work order/purchase
order/contract clearly
highlighting the scope of
work, Bill of Material and
value of the contract/ order
b) Completion Certificate
issued & signed by the
competent authority of the
client entity.
In case completion
certificate is not there, a
proper evidence or
satisfactory certificate from
the respective client clearly
highlighting Work in
progress, project duration
and milestone completed
Tender No: ISD/128/SYS/INFRA/2020 - Annexure
COCHIN SHIPYARD LIMITED Page 10 of 49
# Minimum Eligibility Required Documents Required Compliance (Yes/
No)
8 Documentary evidence of proof of
authority of the bid signatory.
Power of attorney or
authorization letter.
9 The Bidder shall have experience in
providing Operations &
Management/Facility Management
Services (FMS) for at least one Data
Centre / Server farm in the last 5
years as on Bid submission date. The
facility management services shall
include IT Infrastructure related (e.g.
Servers, storage, networks etc.)
Note: Bidder’s in-house Data Center
project experience shall not be
considered.
The Bidder shall submit:
a) Work order/purchase
order/contract clearly
highlighting the scope of
work, Bill of Material and
value of the contract/ order
b) Completion Certificate
issued & signed by the
competent authority of the
client entity.
In case completion
certificate is not there, a
proper evidence or
satisfactory certificate from
the respective client clearly
highlighting Work in
progress, project duration
and milestone completed
10 Must be an authorized partner of the
OEM for the products supplied and
must have back to back agreement
between the OEM and the Bidder.
Agreement shall clearly indicate that
OEM would provide support for the
duration / life of the project.
Authorization letters from
the Original Equipment
Manufacturers (OEMs) /
software copy right holders
to this effect shall be
furnished. The authorization
letter shall mention that if
authorized representative
fails to meet the obligation
for items supplied and / or
to be supplied under this
tender, then OEM would be
Tender No: ISD/128/SYS/INFRA/2020 - Annexure
COCHIN SHIPYARD LIMITED Page 11 of 49
# Minimum Eligibility Required Documents Required Compliance (Yes/
No)
responsible for all
obligations for their items.
11 The Bidder must have at least 20
qualified personnel in the field of
networking, security, system on their
payroll and trained by the OEMs.
Undertaking on Bidder’s
Letterhead confirming the
details of engineers
12 The Bidder shall have a branch office
in any of the State of Andhra
Pradesh, Karnataka, Kerala, Tamil
Nadu, and Telangana.
The Bidder must submit
copy of
a) BSNL Telephone Bills
OR
b) Electricity Bills
OR
c) Office Rent agreement
13 a) The Bidder shall provide an
undertaking to carry out
Supply, Installation,
Configuration, Testing,
Commissioning, Operate &
Support as per the scope of
work as stipulated in the bid
document.
b) The Bidder shall quote for a
turn-key solution for the entire
scope of this tender. Partial
bids i.e. for a single system will
not be entertained. Self-
Declaration from Authorized
Signatory of the Bidder as per
Form 5.
Self-Declaration from
Authorized Signatory of the
Bidder as per ‘Form 5 – Self
Declaration’ in Annexures.
14 EMD of INR 1,00,000/- (One Lakh
Rupees)
The Bidder shall submit the
original Demand Draft.
Tender No: ISD/128/SYS/INFRA/2020 - Annexure
COCHIN SHIPYARD LIMITED Page 12 of 49
1.4 Form 4: Manufacturer’s Authorization Form
(To be submitted on OEM’s Letter head and to be submitted for all OEM’s separately)
To
ASSISTANT GENERAL MANAGER (AGM) – IT
COCHIN SHIPYARD LTD
(GOVT. OF INDIA ENTERPRISE,)
PO BAG No. 1653, PERUMANOOR PO,
COCHIN, 682 015
Dear Sir/ Madam,
Sub: Authorization of <company name of Authorized partner> to Provide Services Based on Our
Product(s)
Reference:ISD/128/SYS/INFRA/2020
This is to certify that I/We am/are the Original Equipment Manufacturer in respect of the products
listed below. I/ We authorize …………………………………………………. To bid /quote /negotiate and finalize
the contract for supply, installation, commissioning of our equipment’s listed below as per Request
for Proposal (RFP) document relating to CSL
S No Product Name Version
The authorized bidder would ensure reliable service and in case of any default, alternative
arrangement would be done by us on the same terms and conditions as negotiated and finalized in
this tender enquiry.
We authorize …………………………………………………to provide Warranty Services for a period of 5 Years
for our products for CSL’s Supply, Design, Implementation, Commissioning and Maintenance of
Network infrastructure vide tender No……………. Dated………. We also commit necessary backend
support in terms of Technical support, spares, and upgrades, patch updates, for relevant hardware
and software for a period of 5 Years from the date of issue of commissioning certificate.
Tender No: ISD/128/SYS/INFRA/2020 - Annexure
COCHIN SHIPYARD LIMITED Page 13 of 49
Yours faithfully,
Authorized Signatory Place:
Designation Date:
OEM’s company name
CC: Bidder’s corporate name
Tender No: ISD/128/SYS/INFRA/2020 - Annexure
COCHIN SHIPYARD LIMITED Page 14 of 49
1.5 Form 5: Self-Declaration
(To be submitted on Bidder’s Letterhead)
To
ASSISTANT GENERAL MANAGER (AGM) – IT
COCHIN SHIPYARD LTD
(GOVT. OF INDIA ENTERPRISE,)
PO BAG No. 1653, PERUMANOOR PO,
COCHIN, 682 015.
Dear Sir/ Madam,
We would like to declare/confirm the following information on our offered solution:
1. We will quote for a turn-key solution for the entire scope of this tender.
2. We will carry out Supply, Design, Implementation, Commissioning and Maintenance of
Network infrastructure at CSL as per the entire scope of work as stipulated in the bid
document.
3. We will provide direct warranty support for all the Equipment’s supplied at CSL for a period
of 5 years from the date of issuance of commissioning certificate and AMC for IT and Non-IT
equipment’s for 05 Years starting from date of expiry of existing contract
Thank you
Yours faithfully,
Authorized Signatory
Designation
Bidder’s company name
Place
Date
Tender No: ISD/128/SYS/INFRA/2020 - Annexure
COCHIN SHIPYARD LIMITED Page 15 of 49
1.6 Form 6: Declaration of Track Record
To
ASSISTANT GENERAL MANAGER (AGM) – IT
COCHIN SHIPYARD LTD
(GOVT. OF INDIA ENTERPRISE,)
PO BAG No. 1653, PERUMANOOR PO,
COCHIN, 682 015.
Dear Sir/ Madam,
Subject: Supply, Design, Implementation, Commissioning and Maintenance of Network
infrastructure at CSL
Reference:ISD/128/SYS/INFRA/2020
We, the undersigned bidders, have carefully gone through the Terms & Conditions contained in the
RFP Document [No._________________] regarding Appointment of “Supply, Design,
Implementation, Commissioning and Maintenance of Network infrastructure”.
We hereby confirm that our firm has not been blacklisted by any State Government / Central
Government. We further confirm that our firm has no legal case pending in any of the courts for
winding up the company.
We hereby declare that the particulars furnished by us in this offer are true to the best of my / our
knowledge and we understand and accept that, if at any stage the information furnished is found to
be incorrect or false, we are liable for disqualification from this tender and also liable for any penal
action that may arise due to the above.
Thanking You
Yours Faithfully
Name
Designation
Seal
Date:
Tender No: ISD/128/SYS/INFRA/2020 - Annexure
COCHIN SHIPYARD LIMITED Page 16 of 49
1.7 Form 7: Statement for No Deviation
To
ASSISTANT GENERAL MANAGER (AGM) – IT
COCHIN SHIPYARD LTD
(GOVT. OF INDIA ENTERPRISE,)
PO BAG No. 1653, PERUMANOOR PO,
COCHIN 682 015.
Dear Sir/ Madam,
Subject: Supply, Design, Implementation, Commissioning and Maintenance of Network
Infrastructure at CSL.
Reference:ISD/128/SYS/INFRA/2020
We, the undersigned bidders, hereby declare that all terms and condition of the tender are
acceptable to us and that there are no deviations (null deviations) from the terms and conditions of
the tender except the deviations identified in the table below.
S No Tender Clause
Number Page Number
Deviation
Submitted Remarks
Signature
Name
Designation
Address
Date
Tender No: ISD/128/SYS/INFRA/2020 - Annexure
COCHIN SHIPYARD LIMITED Page 17 of 49
2. Formats for Technical Commercial Proposal
2.1 Form 8: Technical Commercial Bid Submission Letter
(To be attached along with the Technical Bid and on the letterhead of bidding firm)
To
ASSISTANT GENERAL MANAGER (AGM) – IT
COCHIN SHIPYARD LTD
(GOVT. OF INDIA ENTERPRISE,)
PO BAG No. 1653, PERUMANOOR PO,
COCHIN, 682 015.
Dear Sir/ Madam,
Subject: Supply, Design, Implementation, Commissioning and Maintenance of Network
Infrastructure at CSL
Reference:ISD/128/SYS/INFRA/2020
We, the undersigned, offer to provide services for tender for Supply, Design, Implementation,
Commissioning and Maintenance of Network infrastructure at Cochin Shipyard Limited with
reference to your Request for Proposal bearing <insert RFP reference number> dated <insert date>.
We are hereby submitting our Technical bid.
We hereby declare that all the information and statements made in this Technical bid are true and
accept that any misinterpretation contained in it may lead to our disqualification.
We agree to abide by this Bid for a period of 180 days after the date fixed for Bid opening or for any
further period for which Bid validity has been extended and it shall remain binding upon us and Bid
may be accepted at any time before the expiration of that period.
We agree to abide by all the terms and conditions of all the volumes of this RFP document and
understand that the bid is binding on us and that you are not bound to accept a bid you receive.
Thanking you,
Yours faithfully,
(Signature of the Bidder)
Name
Designation
Seal
Date:
Tender No: ISD/128/SYS/INFRA/2020 - Annexure
COCHIN SHIPYARD LIMITED Page 18 of 49
2.2 Form 9: Manpower CV Format
The manpower CV format is to be used to specify the CV of resources that are to be deployed during
the actual implementation and operations phase as mentioned in sub-clause 4 of Technical
evaluation criteria (clause# 15) in Section IIin volume II.
1. Employee Name
2. Designation
3. Date of Birth
4. Nationality
5. Education
Qualification Name of School/
College/University Degree
Date
Attended
6. Language
Language Read Write Speak
7. Employment Record
Employer Position From To
(Starting with present position list in reverse order – Up to
three quarters of a page)
8. Relevant Experience (An outline on the experience most pertinent to tasks
mentioned in the project. Describe degree of responsibility
held on relevant assignments – Up to half of a page).
9. Certification
I, the undersigned, certify that to the best of my
knowledge and belief, this bio-data correctly describes
myself, my qualifications, and my experience.
Date:
Place
Signature of the Authorized Signatory
Tender No: ISD/128/SYS/INFRA/2020 - Annexure
COCHIN SHIPYARD LIMITED Page 19 of 49
2.3 Form 10: Technical evaluation – Bidder’s Past experience in System Integration
services
a) Detailed form
Assignment name:
Approx. value of the contract (in INR):
Country:
Location within country:
Duration of assignment (months):
Name of Client:
Total No. of staff-months of the assignment:
Contact Person, Title/Designation, Tel.
No./Address:
Start date (month/year):
Completion date (month/year):
No. of professional staff-months provided by
your consulting firm/organization or your sub
vendors:
Name of associated Vendors, if any:
Name of senior professional staff of your
firm/organization involved and designation
and/or functions performed (e.g. Project
Director/Coordinator, Team Leader):
Description of Project:
Description of actual services provided by your staff within the assignment:
b) Bidder’s system integration services summary form
S.No Client Name Project Cost Year of execution Files attached for
documentary proof*
* Documentary Proof would include copy of Work Order/ PO showing project value and scope of
service and Completion certificate/ ongoing certificate
Tender No: ISD/128/SYS/INFRA/2020 - Annexure
COCHIN SHIPYARD LIMITED Page 20 of 49
2.4 Form 11: Bidder’s experience in Providing Facility Management Services (FMS)
a) Detailed form
Assignment name:
Approx. value of the contract (in INR):
Country:
Location within country:
Duration of assignment (months):
Name of Client:
Total No. of staff-months of the assignment:
Contact Person, Title/Designation, Tel.
No./Address:
Start date (month/year):
Completion date (month/year):
No. of professional staff-months provided by
your consulting firm/organization or your sub
vendors:
Name of associated Vendors, if any:
Name of senior professional staff of your
firm/organization involved and designation
and/or functions performed (e.g. Project
Director/Coordinator, Team Leader):
Description of Project:
Description of actual services provided by your staff within the assignment:
b) Bidder’s Facility Management Services (FMS) summary form
S.No Client Name Project Cost Year of execution Files attached for
documentary proof*
*Documentary Proof would include copy of Work Order/ PO showing project value and scope of
service and Completion certificate/ ongoing certificate
Tender No: ISD/128/SYS/INFRA/2020 - Annexure
COCHIN SHIPYARD LIMITED Page 21 of 49
2.5 Form 12: Team Composition and their Availability
In this section, bidder must at have least 20 technically qualified resources in the field of
networking/ security/ systems on their payroll, proposed technical staff with detailed CVs.
S
N
o
Type of
Resourc
e
Number
of
Resource
s
Key
Responsibiliti
es
Total
Years of
Experienc
e
Academic
Qualifications
& Certification
Documentary Proof
HR Certificate with
PF statement
validating availability
on rolls for
resources
1.
YES/NO 2.
3.
• Bidder’s may add additional/ delete line items as necessary
• Bidders may be asked to submit documentary evidence for breakup of technical resources
2.6 Approach & Methodology
Pre-Qualified bidders will be expected to provide a technical presentation on Technical Solution
covering areas that include but are not restricted to
a) Understanding of the project
b) Approach & Methodology to execute the project
c) Proposed Work Plan and Timelines
d) Understanding of risk factors and mechanism to mitigate them
NOTE: A draft of the presentation is to be included as part of the technical bid response. All
technically qualified bidders will be asked to make a technical presentation. Revisions to the PPT can
be made during this stage and the bidders will be expected to submit a final copy of the presentation
during the technical presentation.
2.7 Valid Certification
Scan copies of ISO 27001:2013 and/or ISO 9001:2008 and/or ISO 20000:2016
Note:
1) Each page of the proposal shall be signed and sealed by the bidder and submitted along with the
Techno-commercial bid.
2) The bidder shall enclose a signed un-priced copy of price bid (copy of price bid without price
details) as per form 15 in annexures (excluding price columns), with the techno commercial bid.
Tender No: ISD/128/SYS/INFRA/2020 - Annexure
COCHIN SHIPYARD LIMITED Page 22 of 49
3. Formats for Price Bid
3.1 Form 13: Price Bid Letter
(To be attached along with the Commercial Bid and the letterhead of bidding firm)
To
ASSISTANT GENERAL MANAGER (AGM) – IT
COCHIN SHIPYARD LTD
(GOVT. OF INDIA ENTERPRISE,)
PO BAG No. 1653, PERUMANOOR PO,
COCHIN, 682 015.
Dear Sir/Madam,
Subject: Supply, Design, Implementation, Commissioning and Maintenance of Network
infrastructure at CSL
Reference:ISD/128/SYS/INFRA/2020
We, the undersigned Bidder, having read and examined in detail all the Tender documents in respect
of Selection of Supply, Design, Implementation, Commissioning and Maintenance of Network
infrastructure at CSL do hereby propose to provide services as specified in the Tender documents
number
Price and Validity
All the prices mentioned in our Tender are in accordance with the terms as specified in the Tender
documents. All the prices and other terms and conditions of this Tender are valid for a period of 180
calendar days from the date of opening of the Tenders.
We hereby confirm that our Tender prices include all taxes. All taxes are quoted separately under
relevant sections as required in the commercial bid response
Unit Rates
We have indicated in the relevant schedules enclosed the unit rates for the purpose of payment as
well as for price adjustment in case of any increase to / decrease from the scope of work under the
contract.
Deviations
We declare that all the services shall be performed strictly in accordance with the Tender documents
except for the variations and deviations, all of which have been detailed out exhaustively
Tender No: ISD/128/SYS/INFRA/2020 - Annexure
COCHIN SHIPYARD LIMITED Page 23 of 49
irrespective of whatever has been stated to the contrary anywhere else in our Bid. Further we agree
that additional conditions, if any, found in the Tender documents, other than those stated in
deviation schedule, shall not be given effect to.
Tender Pricing
We further confirm that the prices stated in our Bid are in accordance with your Instruction to
Bidders included in Tender documents.
Qualifying Data
We confirm having submitted the information as required by you in your Instruction to Bidder. In
case you require any other further information/documentary proof in this regard before evaluation
of our Tender, we agree to furnish the same in time to your satisfaction
Bid Price
We declare that our Bid Price is for scope of work as specified in Section I of volume I and the Bill of
Material as identified in ‘Section I, under scope of work involume I’.
Performance Bank Guarantee
We hereby declare that in case the contract is awarded to us, we shall submit the performance bank
guarantee as mentioned in Annexure 4.
We hereby declare that our Tender is made in good faith, without collusion or fraud and the
information contained in the Tender is true and correct to the best of our knowledge and belief.
We understand that our Tender is binding on us and that you are not bound to accept a Tender you
receive.
We confirm that no technical deviations are attached here with this commercial offer.
Thanking you,
Yours faithfully,
(Signature of the Bidder)
Name
Designation
Seal
Date:
Tender No: ISD/128/SYS/INFRA/2020 - Annexure
COCHIN SHIPYARD LIMITED Page 24 of 49
3.2 Form 14: Price Bid Format
I. Part A
1. Hardware procurement Cost (with 5-Year Warranty)
S No.
Item
HSN/SAC Unit Quantity
(A)
Make &
Model
Per Unit
Cost
(B)
Total
amount
(without
Tax)
(C) = A*B
Tax
Amount
(INR)
(D)
(CGST +
SGST/
IGST)
Tax % (in
percentage
)
Total
amount
including
Tax (INR)
E = C +D
1 WAN
Routers
No. 2
2 Link Load
Balancer
No. 2
3 WAN
Switch
No. 2
4 External
Firewall
No. 2
5 Core Switch No. 2
6 24-Port
edge switch
No. 170
Tender No: ISD/128/SYS/INFRA/2020 - Annexure
COCHIN SHIPYARD LIMITED Page 25 of 49
S No.
Item
HSN/SAC Unit Quantity
(A)
Make &
Model
Per Unit
Cost
(B)
Total
amount
(without
Tax)
(C) = A*B
Tax
Amount
(INR)
(D)
(CGST +
SGST/
IGST)
Tax % (in
percentage
)
Total
amount
including
Tax (INR)
E = C +D
7 Internal
Firewall
No. 2
8 APT
switches
No. 2
9 AAA
Solution
No 2
10
One-time
implement
ation cost
-
11 Others
Total Cost (in figures)
Total Cost (in Words)
Note:
1. Bidders at minimum must provide items as mentioned in the Bill of Material (BOM)
Tender No: ISD/128/SYS/INFRA/2020 - Annexure
COCHIN SHIPYARD LIMITED Page 26 of 49
2. Bidders may add line items as necessary
3. All the switches (Core, 24 port edge and WAN switches) should be quoted with life time warranty (as long as CSL uses these products)
2. Detailed Hardware Cost breakup
Bidders must provide the detailed cost break up for hardware procurement as required in the below table.
S.
No
.
Item Total
Amount
without
Tax (in
INR) (C)
(as
mentione
d in table
3.2 (I)
70% payment on
Delivery of all IT
components all
as per the
purchase order
10% payment on
Completion of
Design, Supply,
Configuration,
Installation,
Commissioning &
Performance
guarantee tests
of all the
components
10 %
payment
after
successful
completio
n of FAT
10% payment (Payment to be made
across 5 years) Tax
Amount
(INR)
(E)
(CGST +
SGST/
IGST)
Tax %
(in
percent
age)
(CGST +
SGST/
IGST)
Total
amount
including
Tax (INR)
E = C +D
Year
1
(2%
pay
ment
)
Year
2
(2%
Pay
ment
)
Year
3
(2%
Pay
ment
)
Year
4
(2%
Pay
ment
)
Year
5
(2%
Paym
ent)
1 WAN
Routers
2 Link Load
Balancer
3 WAN
Switch
Tender No: ISD/128/SYS/INFRA/2020 - Annexure
COCHIN SHIPYARD LIMITED Page 27 of 49
S.
No
.
Item Total
Amount
without
Tax (in
INR) (C)
(as
mentione
d in table
3.2 (I)
70% payment on
Delivery of all IT
components all
as per the
purchase order
10% payment on
Completion of
Design, Supply,
Configuration,
Installation,
Commissioning &
Performance
guarantee tests
of all the
components
10 %
payment
after
successful
completio
n of FAT
10% payment (Payment to be made
across 5 years) Tax
Amount
(INR)
(E)
(CGST +
SGST/
IGST)
Tax %
(in
percent
age)
(CGST +
SGST/
IGST)
Total
amount
including
Tax (INR)
E = C +D
Year
1
(2%
pay
ment
)
Year
2
(2%
Pay
ment
)
Year
3
(2%
Pay
ment
)
Year
4
(2%
Pay
ment
)
Year
5
(2%
Paym
ent)
4 External
Firewall
5 Core
Switch
6
24-Port
edge
switch
7 Internal
Firewall
8 APT
Switches
Tender No: ISD/128/SYS/INFRA/2020 - Annexure
COCHIN SHIPYARD LIMITED Page 28 of 49
S.
No
.
Item Total
Amount
without
Tax (in
INR) (C)
(as
mentione
d in table
3.2 (I)
70% payment on
Delivery of all IT
components all
as per the
purchase order
10% payment on
Completion of
Design, Supply,
Configuration,
Installation,
Commissioning &
Performance
guarantee tests
of all the
components
10 %
payment
after
successful
completio
n of FAT
10% payment (Payment to be made
across 5 years) Tax
Amount
(INR)
(E)
(CGST +
SGST/
IGST)
Tax %
(in
percent
age)
(CGST +
SGST/
IGST)
Total
amount
including
Tax (INR)
E = C +D
Year
1
(2%
pay
ment
)
Year
2
(2%
Pay
ment
)
Year
3
(2%
Pay
ment
)
Year
4
(2%
Pay
ment
)
Year
5
(2%
Paym
ent)
9 AAA
Solution
10
One-time
implemen
tation
cost
11 Others
Total
Kindly note the line items and amount mentioned in the both the tables (like amount without tax, tax amount and amount with tax) must be same and
should match. In case of any discrepancies, CSL reserve the right to reject the price bid.
Tender No: ISD/128/SYS/INFRA/2020 - Annexure
COCHIN SHIPYARD LIMITED Page 29 of 49
II. Part B
Manpower Cost
S.
No.
Resource
Category
HSN/SAC Man-
Power
Rate
(INR)
for
Year 1
(A)
Man-
Power
Rate
(INR)
for
Year 2
(B)
Man-
Power
Rate
(INR)
for
Year 3
(C)
Man-
Power
Rate
(INR)
for
Year 4
(D)
Man-
Power
Rate
(INR)
for
Year 5
(E)
Total
Man-
Month
Rate
F= (A+B+
C+D+E)/5
Tax Amount
(in INR)
(G)
(CGST+SGST/
IGST)
Tax % (in
percentage)
Man-
Month
Rate
with
Tax
H=F+G
Total
Years
(I)
Total Cost
incl. Tax (in
INR)
J=H*I
1 Manpower
- Onsite
05
Total Cost for resources (in figures)
Total Cost for resources (in words)
III. Part C – Buy back components
S. No. Item Units Unit Price (including tax,
if any)
Total Price (including tax,
if any)
1 Switches Refer annexure 2
Note –
Tender No: ISD/128/SYS/INFRA/2020 - Annexure
COCHIN SHIPYARD LIMITED Page 30 of 49
1. CSL reserves the right to change the quantity of Buy-back. Indicate the percentage of tax if any for the above buy-back items.
2. Buy-Back components total cost will be deducted from Total of Hardware procurement cost and Manpower cost
IV. Part D
a. L1 calculation - Cost Summary
S. No Items Total amount (INR) including taxes
1 Hardware procurement Cost (with 5-year warranty)
2 Manpower Cost
3 Buy-back components
Grand Total = Sum of line item 1 to 2 in this table (Part A + Part B) - line item 3 (Part C) in this table
GRAND TOTAL (in Figures)
GRAND TOTAL (in Words)
Note: The price bid shall be inclusive of all taxes and central duties such as GST, customs duty and central excise duty as part of the price. Rate of GST
Prevailing as on date of Publication of tender only to be taken into consideration, for evaluation purpose.
Tender No: ISD/128/SYS/INFRA/2020 - Annexure
COCHIN SHIPYARD LIMITED Page 31 of 49
b. Rate Card
S No.
Item
HSN/SAC Unit Quantity
(A)
Make &
Model
Per Unit
Cost
(B)
Total
amount
(without
Tax)
(C) = A*B
Tax
Amount
(INR)
(D)
(CGST +
SGST/
IGST)
Tax % (in
percentage
)
Total
amount
including
Tax (INR)
E = C +D
1 Core Switch No. 2
2 24 port
edge switch
No. 50
3 WAN
switch
No. 10
Note:
1. THIS SECTION WILL NOT BE INLCUDED FOR L1 CALCULATION
2. CSL will work out a rate card contract with the Bidder when the agreement is executed
3. Bidders are required to quote for all switches (with life-time warranty) listed below. These prices will be deemed to be valid during the 5-year period of
O&M
4. Additional components may also be included in the rate card at the time of issuing the contract/ work order
5. The Quantity indicated in the table above is a projected number and is not an indication of the actual quantity of procurement during the course of the
project.
Tender No: ISD/128/SYS/INFRA/2020 - Annexure
COCHIN SHIPYARD LIMITED Page 32 of 49
Annexure 2: List of existing IT Infrastructure at CSL for information
a. List of Network Components present in the CSL Campus
S.No Make Switch Model Number of Switch
Port
Number of
Switches
1 DAX 5016ES 16 Port 16 1
2 DAX 8 port switches 8 1
3 DAX Dax 16 1
4 DLINK 1016A 16 1
5 DLINK 1016D 16 2
6 DLINK 1024D 8 4
7 DLINK 24 1
8 DLINK 8 port 8 2
9 DLINK 8 port -3 numbers 8 1
10 DLINK 8 Port Switch 8 1
11 DLINK 8 port switch - 2 no's 8 1
12 DLINK 8 port switch - 5 no's 8 1
13 DLINK 8 port switches 8 1
14 DLINK DES1016 16 1
15 D-Link 8 port 8 1
16 HP HP 1420 12 1
17 HP HP V1910 24 1
18 HP HP1810G 24 1
19 HP HP1910 8g 8 1
20 HP HP1920 8g 8 1
21 HP HP2920 24g 24 1
22 HP Office connect 1920 24g 24 2
23 HP Office connect 1920 24port 24 4
24 HP Office connect 1920 8port 8 3
25 HP Procurve 1400 24G 24 4
26 HP Procurve 1620 24G 24 3
27 HP Procurve 1800 24G 24 13
28 HP PROCURVE 1800 8g 8 1
29 HP Procurve 1810 24G 24 5
30 HP Procurve 1820 24G 24 4
31 HP Procurve 1910 24G 24 23
32 HP Procurve 1920 24G 24 21
33 HP Procurve 2312 12 2
34 HP Procurve 2312 12 1
Tender No: ISD/128/SYS/INFRA/2020 - Annexure
COCHIN SHIPYARD LIMITED Page 33 of 49
S.No Make Switch Model Number of Switch
Port
Number of
Switches
35 HP Procurve 2524 24G 24 1
36 HP PROCURVE1400 24g 24 1
37 HP PROCURVE1810 24g 24 2
38 HP PROCURVE4108 gl 24 1
39 HP PROCURVE5406 ZL 48 1
40 HPE Office connect 1920 24 3
41 HPE Office connect 1920S 24 1
42 HPE Officeconnect 1910 24 3
43 HPE Officeconnect 1920 24 1
44 HPE Officeconnect 1920S 24 4
45 HPE Procurve 1400 24 1
46 HPE Procurve 1400 24G 24 5
47 HPE Procurve 1410 24 1
48 HPE Procurve 1410 24G 24 2
49 Net gear Net gear JGS516 16 1
50 Net gear Net gear JGS524 24 1
51 NETGEAR prosafe 16 port 16 1
52 NETGEAR prosafe 24 port 24 1
b. List of Applications Hosted at CSL Data Centre
The following are the list of application hosted in the CSL data center:
S. No. Software Applications
1 SAP Enterprise Resource Planning Application
2 SAP Enterprise Resource Planning Database
3 CSL Intranet Applications
4 Symantec NetBackup Console
5 CSL Mail Server
6 Search Engine for SAP ERP Application
7 Solman for SAP
8 McAfee - Intrusion Prevention System
9 Web Dispatcher
10 Network Security Manager for IPS Server
11 IP surveillance Server
Tender No: ISD/128/SYS/INFRA/2020 - Annexure
COCHIN SHIPYARD LIMITED Page 34 of 49
S. No. Software Applications
12 Attendance Server
13 Ramco ERP application server
14 Antivirus Server.
15 Mobile application server
16 Board meeting application server
Tender No: ISD/128/SYS/INFRA/2020 - Annexure
COCHIN SHIPYARD LIMITED Page 35 of 49
Annexure 3: Integrity Pact
PRE-CONTRACT INTEGRITY PACT
General
This pre-bid pre-contract Agreement (hereinafter called the Integrity Pact) is made on ………………day
of the month of………………, between, on one hand, the President of India acting through Deputy
General Manager, Cochin Shipyard Ltd (CSL) having its registered office at Cochin, Kerala India
(hereinafter called the PRINCIPAL, which expression shall mean and include, unless the context
otherwise requires, his successors in office and assigns) of the First part and M/s …………………………
represented by Shri …………………………., Chief Executive Officer (hereinafter called the BIDDER/Seller
which expression shall mean and include, unless the context otherwise requires, his successors and
permitted assigns) of the second part.
WHEREAS the PRINCIPAL proposes to procure……………………………………………. and the BIDDER/Seller is
willing to offer /has offered the stores and
WHEREAS the BIDDER is a private company / public company / Government undertaking
/partnership /registered export agency, constituted in accordance with the relevant law in the
matter and the PRINCIPAL is a Government of India PSU performing its functions on behalf of The
President of India.
NOW, THEREFORE,
To avoid all forms of corruption by following a system that is fair, transparent and free from any
influence/prejudiced dealings prior to, during and subsequent to the currency of the contract to be
entered into with a view to: -
Enabling the PRINCIPAL to obtain the desired said stores/equipment/item at a competition price
inconformity with the defined specifications by avoiding the high cost and the distortionary impact
of corruption on public procurement, and
Enabling BIDDERs to abstain from bribing or indulging in any corrupt practice in order to secure the
contract by providing assurance to them that their competitors will also abstain from bribing and
other corrupt practices and the PRINCIPAL will commit to prevent corruption, in any form, by its
officials by following transparent procedures.
The parties hereto hereby agree to enter into this Integrity Pact and agree as follows: -
Commitments of the PRINCIPAL
1.1. The PRINCIPAL undertakes that no official of the PRINCIPAL, connected directly or
indirectly with the contract, will demand, take a promise for or accept, directly or through
intermediaries, any bribe, consideration, gift, reward, favour or any material or immaterial
benefit or any other advantage from the BIDDER, either for themselves or for any person,
organization or third party related to the contract in exchange for an advantage in the
Tender No: ISD/128/SYS/INFRA/2020 - Annexure
COCHIN SHIPYARD LIMITED Page 36 of 49
bidding process, bid evaluation, contracting on implementation process related to the
contract.
1.2. The PRINCIPAL will, during the pre-contract stage, treat all BIDDERs alike and will provide
to all BIDDERs the same information and will not provide any such information to any
particular BIDDER which could afford an advantage to that particular BIDDER in comparison
to other BIDDERs.
1.3. The officials of the PRINCIPAL will report to the appropriate Government office any
attempted or completed breaches of the above commitments as well as any substantial
suspicion of such a breach.
2. In case any such preceding misconduct on the part of such official(s) is reported by the BIDDER
to the PRINCIPAL with full and verifiable facts and the same is prima facie found to be correct by
the PRINCIPAL, necessary disciplinary proceedings, or any other action as deemed fit, including
criminal proceedings may be initiated by the PRINCIPAL and such a person shall be debarred
from further dealings related to the contract process. In such a case while an enquiry is being
conducted by the PRINCIPAL the proceedings under the contract would not be stalled.
Commitments of BIDDERs
3. The BIDDER commits itself to take all measures necessary to prevent corrupt practices, unfair
means and illegal activities during any stage of its bid or during any pre-contract or post contract
stage in order to secure the contract or in furtherance to secure it and in particular commit itself
to the following: -
3.1. The BIDDER will not offer, directly or through intermediaries, any bribe, gift, consideration,
reward, favour, any material or immaterial benefit or other advantage, commission, fees,
brokerage or inducement to any official of the PRINCIPAL, connected directly or indirectly
with the bidding process, or to any person, organization or third party related to the
contract in exchange for any advantage in the bidding, evaluation, contracting and
implementation of the contract.
3.2. The BIDDER further undertakes that it has not given, offered or promised to give, directly or
indirectly any bribe, gift, consideration, reward, favour, any material or immaterial benefit
or other advantage, commission, fees, brokerage or inducement to any official of the
PRINCIPAL or otherwise in procuring the Contract or forbearing to do or having done any
Tender No: ISD/128/SYS/INFRA/2020 - Annexure
COCHIN SHIPYARD LIMITED Page 37 of 49
act in relation to the obtaining or execution of the contract of any other contract with the
government for showing or forbearing toshow favour or disfavour to any person in relation
to the contract of any other contract with the Government.
3.3. BIDDERs of foreign origin shall disclose the name and address of their Indian agents and
representatives, if any and Indian BIDDERs shall disclose their foreign principals or
associates, if any.
3.4. BIDDERs shall disclose the payments to be made by them to their Indian agents/brokers or
any other intermediary, in connection with this bid/contract and the payments have to be
in Indian Rupees only.
3.5. 3.5 The BIDDER further confirms and declares to the PRINCIPAL that the BIDDER is the
original manufacturer/ integrator/authorized agent of the stores/equipment/items and has
not engaged any individual or firm or company whether Indian or foreign to intercede,
facilitate or in any way to recommend to the PRINCIPAL or any of its functionaries, whether
officially or unofficially to the award of the contract to the BIDDER, nor has any amount
been paid, promised or intended to be paid to any such individual, firm or company in
respect of any such intercession, facilitation or recommendation.
3.6. The BIDDER, either while presenting the bid or during pre-contract negotiations or before
signing the contract, shall disclose any payments he has made, is committed to or intends
to make to officials of the PRINCIPAL or their family members, agents, brokers or any other
intermediaries in connection with the contract and the details of services agreed upon for
such payments.
3.7. The BIDDER will not collude with other parties interested in the contract to impair the
transparency, fairness and progress of the bidding process, bid evaluation, contracting and
implementation of the contract.
3.8. The BIDDER will not accept any advantage in exchange for any corrupt practice, unfair
means and illegal activities.
3.9. The BIDDER shall not use improperly, for purposes of competition or personal gain, pass on
to others, any information provided by the PRINCIPAL as part of the business relationship,
regarding plans, technical proposals and business details, including information contained
in any electronic data carrier. The BIDDER also undertakes to exercise due and adequate
care lest any such information is divulged.
Tender No: ISD/128/SYS/INFRA/2020 - Annexure
COCHIN SHIPYARD LIMITED Page 38 of 49
3.10. The BIDDER commits to refrain from giving any complaint directly or through any other
manner without supporting it with full and verifiable facts.
3.11. The BIDDER shall not instigate or cause to instigate any third person to commit any of the
actions mentioned above.
3.12. 3.12 If the BIDDER or any employee of the BIDDER or any person acting on behalf of the
BIDDER, either directly or indirectly, is a relative of any of the officers of the PRINCIPAL, or
alternatively, if any relative of an officer of the PRINCIPAL has financial interest/stake in the
BIDDER.s firm, the same shall be disclosed by the BIDDER at the time of filing of tender.
The term “relative” for this purpose would be as defined in section 6 of the Companies Act
1956.
3.13. The BIDDER shall not lend to or borrow any money from or enter into any monetary
dealings or transactions, directly or indirectly, with any employee or the PRINCIPAL.
4. Previous Transgression
4.1. The BIDDER declares that no previous transgression occurred in the last three years
immediately before signing of this Integrity Pact, with any other company in any country in
respect of any corrupt practices envisaged hereunder or with any Public Sector Enterprise in
India or any Government Department in India that could justify; BIDDER.s exclusion from
the tender process.
4.2. The BIDDER agrees that if it makes incorrect statement on this subject, BIDDER can be
disqualified from the tender process or the contract, if already awarded, can be terminated
for such reason.
5. Earnest Money (Security Deposit)
5.1. While submitting commercial bid, the BIDDER shall deposit an amount NIL (to be specified
in RFP) as Earnest Money as applicable/Security Deposit, with the PRINCIPAL through any of
the following instruments:
I. Bank Draft of Pay Order in favour of CSL.
II. A confirmed guarantee by an Indian Nationalized Bank, promising payment of the
guaranteed sum to the PRINCIPAL on demand within three working days without any
demur whatsoever and without seeking any reasons whatsoever. The demand for
payment by the PRINCIPAL shall be treated as conclusive proof of payment.
Tender No: ISD/128/SYS/INFRA/2020 - Annexure
COCHIN SHIPYARD LIMITED Page 39 of 49
III. Any other mode or through any other instrument (to be specified in the RFP).
5.2. The Earnest Money if applicable/Security Deposit shall be valid up to the complete
conclusion of the contractual obligations to the complete satisfaction of both the BIDDER
and the PRINCIPAL, including warranty period.
5.3. In case of the successful BIDDER a clause would also be incorporated in the Article
pertaining to Performance Bond in the Purchase Contract that the provisions of sanctions
for Violation shall be applicable for forfeiture of Performance Bond in case of a decision by
the PRINCIPAL to forfeit the same without assigning any reason for imposing sanction for
violation of this Pact.
5.4. No interest shall be payable by the PRINCIPAL to the BIDDER on Earnest Money/Security
Deposit for the period of its currency.
6. Sanctions for Violations
6.1. Any breach of the aforesaid provisions by the BIDDER or anyone employed by it or acting on
its behalf (whether with or without the knowledge of the BIDDER) shall entitle the
PRINCIPAL to take all or any one of the following actions, wherever required: -
(i) To immediately call off the pre-contract negotiations without assigning any reason
or giving any; compensation to the BIDDER. However, the proceedings with the
other BIDDER(s) would continue.
(ii) The Earnest Money Deposit (in pre-contract stage) and/or Security Deposit/
Performance Bond(after the contract is signed) shall stand forfeited either fully or
partially, as decided by the PRINCIPAL and the PRINCIPAL shall not be required to
assign any reason, therefore.
(iii) To immediately cancel the contract, if already signed, without giving any
compensation to the BIDDER.
(iv) To recover all sums already paid by the PRINCIPAL, and in the case of an Indian
BIDDER with interest thereon at 2% above the prevailing Prime Lending Rate of State
Bank of India, while in case of a BIDDER from a country other than India with interest
thereon at 2% above the LIBOR (London Inter Bank Offer Rate). If any outstanding
payment is due to the BIDDER from the PRINCIPAL in connection with any other
contract for any other stores, such outstanding payment could also be utilized to
recover the aforesaid sum and interest.
(v) To encash the advance bank guarantee and performance bond/warranty bond, if
furnished by the BIDDER, in order to recover the payments, already made by the
PRINCIPAL, along with interest.
Tender No: ISD/128/SYS/INFRA/2020 - Annexure
COCHIN SHIPYARD LIMITED Page 40 of 49
(vi) To cancel all or any other contracts with the BIDDER. The BIDDER shall be liable to
pay compensation for any loss or damage to the PRINCIPAL resulting from such
cancellation/recession and the PRINCIPAL shall be entitled to deduct the amount so
payable from the money(s) due to the BIDDER.
(vii) To debar the BIDDER from participating in the future bidding processes of CSL for a
minimum period as deemed appropriate, which any be further extended at the
discretion of the PRINCIPAL.
(viii) To recover all sums paid in violation of this Pact by BIDDER(s) to any middleman or
agent or broker with a view to securing the contract.
(ix) In cases where irrevocable Letters of Credit have been received in respect of any
contract signed by the PRINCIPAL with the BIDDER, the same shall not be opened.
(x) Forfeiture of Performance Bond in case of a decision by the PRINCIPAL to forfeit the
same without assigning any reason for imposing sanction for violation of this pact.
6.2. The PRINCIPAL will be entitled to take all or any of the actions mentioned at para 6.1(i) to
(x) of this pact also on the Commission by the BIDDER or any one employed by it or acting
on its behalf(whether with or without the knowledge of the BIDDER), of an offence as
defined in chapter IX of the Indian Penal code, 1860 or Prevention of Corruption Act, 1988
or any other statute enacted for prevention of corruption.
6.3. The decision of the PRINCIPAL to the effect that a breach of the provisions of this pact has
beencommitted by the BIDDER shall be binding on the BIDDER. However, the BIDDER can
approach the Independent Monitor(s) appointed for the purposes this Pact.
7. Fall Clause
7.1. The BIDDER undertakes that it has not supplied/is not supplying similar
product/systems/items or subsystems at a price lower than that offered in the present bid
in respect of any other Ministry/Department of the Government of India or PSU and if it is
found at any stage that similar product/systems or sub systems/items was supplied by the
BIDDER to any other Ministry/Department of the Government of India or PSU at a lower
price, then that very price, with due allowance for elapsed time, will be applicable to the
present case and the difference in the cost would be refunded by the BIDDER to the
PRINCIPAL, if the contract has already been concluded.
8. Independent Monitors
Tender No: ISD/128/SYS/INFRA/2020 - Annexure
COCHIN SHIPYARD LIMITED Page 41 of 49
8.1. The PRINCIPAL has appointed Independent Monitor (hereinafter referred to as Monitor) for
this Pact in consultation with the Central Vigilance Commission.
………………………………………………………………………………………………….
………………………………………………………………………………………………….
………………………………………………………………………………………………….
………………………………………………………………………………………………….
………………………………………………………………………………………………….
8.2. The task of the Monitors shall be to review independently and objectively, whether and to
what extend the parties comply with the obligations under this Pact.
8.3. The Monitors shall not be subject to instructions by the representatives of the parties and
perform their functions neutrally and independently.
8.4. Both the parties accept that the Monitors have the right to access all the documents
relating to the project/procurement, including minutes of meetings.
8.5. As soon as the Monitor notices, or has reason to believe, a violation of this pact, he will so
inform the Authority designated by the PRINCIPAL.
8.6. The PRINCIPAL accepts that the Monitor has the right to access without restriction to all
Project documentation of the BUYER including that provided by the BIDDER. The BIDDER
will also grant theMonitor, upon his request and demonstration of a valid interest,
unlimited access to his project documentation. The same is applicable to Subcontractors.
The Monitor shall be under contractual obligation to treat the information and documents
of the BIDDER/Subcontractor(s) with confidentiality.
8.7. The PRINCIPAL will provide to the Monitor sufficient information about all meetings among
the parties related to the Project provided such meetings could have an impact on the
contractual relations between the parties. The parties will offer to the Monitor the option
to participate in such meetings.
8.8. The Monitor will submit a written report to the designated Authority of PRINCIPAL
/Secretary in the Department/ within 8 to 10 weeks from the date of reference or
intimation to him by the PRINCIPAL /BIDDER and, should the occasion arise, submit
proposals for correcting problematic situations.
9. Facilitation of Investigation
In case of any allegation of violation of any provisions of this pact or payment of commission, the
PRINCIPAL or its agencies shall be entitled to examine all the documents including the Books of
Tender No: ISD/128/SYS/INFRA/2020 - Annexure
COCHIN SHIPYARD LIMITED Page 42 of 49
Accounts of the BIDDER. The BIDDER shall provide necessary information and documents in English
and shall extend all possible help of the purpose of such examination/inspection.
10. Law and Place of Jurisdiction
This Pact is subject to Indian Law. The place of performance and jurisdiction is the seat of the
PRINCIPAL.
11. Other Legal Actions
The actions stipulated in this Integrity Pact are without prejudice to any other legal action that may
follow in accordance with the provisions of the extent law in force relating to any civil or criminal
proceedings.
12. Validity
12.1. The validity of this Integrity Pact shall be from date of its signing and extend up to 5 years
or the complete execution of the contract to the satisfaction of both the PRINCIPAL and the
BIDDER/Seller,including warranty period, whichever is later. In case BIDDER is unsuccessful,
this Integrity Pact shall expire after six months from the date of the signing of the contract.
12.2. Should one or several provisions of this Pact turn out to be invalid; the remainder of this
pact shall remain valid. In this case, the parties will strive to come to an agreement to their
original intentions.
13. The parties hereby sign this Integrity Pact at…………………. on……………………….
PRINCIPAL BIDDER
Name of the Officer CHIEF EXECUTIVE OFFICER
Designation
Dept./MINISTRY/PSU
Witness Witness
1…………………………………. 1………………………………….
2……………….………………. 2………………………………....
* Provisions of these clauses would need to be amended/deleted in line with the policy
Tender No: ISD/128/SYS/INFRA/2020 - Annexure
COCHIN SHIPYARD LIMITED Page 43 of 49
Annexure 4: Bank Guarantee in lieu of Security Deposit/ Warranty Guarantee
TO
COCHIN SHIPYARD LTD
(GOVT. OF INDIA ENTERPRISE,)
PO BAG No. 1653, PERUMANOOR PO, COCHIN, 682 015.
WHEREAS …………………………………………………………………………………………………(Name & Address of
Supplier) (hereinafter called "the Supplier") has undertaken, in pursuance of
Contract………………………………………………………………………………………………………….
No.……………………………………………. Dated: ………………………… to execute
……………………………………………………………………………………………………………………………………
…………………………………………………………………… (Name of Contract and brief description of works)
(hereinafter called "the Contract").
AND WHEREAS it has been stipulated by COCHIN SHIPYARD LTD (The Buyer - hereinafter called
"CSL") in the said contract that the Supplier shall furnish CSL with a Bank Guarantee for the sum
specified therein as security for compliance with the Supplier’s obligations in accordance with the
Contract.
AND WHEREAS we have agreed to give the Supplier such a Bank Guarantee.
NOW THEREFORE we ………………………………………………………………………………… (Name of the Bank)
having its Head Office at …………………………………………………………………… ……………………………………………
(Address of Head Office) and acting through its branch office at …………………………………… (Address of
the executing branch) (hereinafter called "the Bank") hereby affirm that we are the Guarantor and
responsible to CSL, on behalf of the Supplier up to a total of ………………………………………… (amount of
Guarantee) ……………………………………………………………………(in words).
We, the Bank, hereby irrevocably undertake to pay you any amount not exceeding in total the
Guarantee Amount upon receipt by us of your demand in writing accompanied by the following
documents:
1. Your signed statement certifying that the Supplier is in breach of his obligation(s) under the
Contract and the respect in which the supplier is in breach.
2. Your signed statement certifying that the Supplier has been given a prior written notice by e-
mail from you to make good the aforesaid breach and that the Supplier still failed to fulfil the
Contract within 30 days of such notice. A copy of such notice given by e-mail to the Supplier
shall be attached to the demand of payment.
Tender No: ISD/128/SYS/INFRA/2020 - Annexure
COCHIN SHIPYARD LIMITED Page 44 of 49
Any demand for payment should contain your authorized signatures which must be authorized by
your bankers or by a notary public.
We, the Bank, further agree that no change or addition to or other modification of the terms of the
Contract or of the Works to be performed there under or of any of the Contract documents which
may be made between CSL and the Supplier shall in any way release us from any liability under this
guarantee, and we hereby waive notice of any such change, addition or modification. We, the Bank,
further agree that any change in the constitution of the said contractor or the said bank shall not
discharge our liability here under.
Notwithstanding anything contained herein:
1. Our liability under this Bank Guarantee shall not exceed………………………………………
(…………………………………………………………………………………………………………………… only).
2. This Bank Guarantee shall be valid up to (date) and
3. We are liable to pay the guaranteed amount or any part thereof under this bank guarantee
only and only if CSLserve upon us a written claim or demand on or before
……………………………(validity date).
Any demand of payment under this guarantee must be received by us at this office during working
hours on or before the validity date. Should we receive no claim from you by the validity date, our
liability to you will cease and the guarantee will definitely become null and void whether returned to
us or not.
Yours truly,
Signature and seal of the guarantor: ……………………………………………………………………
Name of Bank: …………………………………………………………………………………………………………………………………
Address: ………………………………………………………………………………………
Date: …………………
[1] An amount shall be inserted by the Guarantor, representing the percentage of the Contract Price
specified in the Contract and denominated in Dollars / Indian Rupees/ Other currency
Tender No: ISD/128/SYS/INFRA/2020 - Annexure
COCHIN SHIPYARD LIMITED Page 45 of 49
Annexure 5: Non-Disclosure Agreement
M/s Cochin Shipyard Limited, Perumanoor PO, Cochin-682015, (hereinafter called M/s CSL) has
entered into a contract with M/s(Company Name) ……………., with its registered office at (Office
address), (hereinafter called M/s(Company Name in Short) ………… for the " Supply, Design,
Implementation, Commissioning and Maintenance of Network infrastructure" , by placing Purchase
Order (PO) ……….(PO number) Dt.(PO date)…… for an amount of RS.(PO Amount)………. on
M/s(Company Name) ………. As per confidentiality Clause (Clause no) of the PO, a Non-disclosure
agreement has to be signed between M/s(Company Name) and M/s CSL for complying the same
without any level of dilution.
This Non-Disclosure Agreement dated as of (Agreement date) ……… is made and signed between
M/s CSL and M/s(Company Name) ……. in connection with the "Supply, Design, Implementation,
Commissioning and Maintenance of Network infrastructure". M/s(Company Name) ….…. means any
person employed by M/s(Company Name) ………. either directly or through their sub-contractors or
provisional employees or trainees working for the Supply, Design, Implementation, Commissioning
and Maintenance of Network infrastructureand M/s CSL means any person of CSL employed either
directly or through their sub-contractors or provisional employees working for CSL. In this
Agreement, unless the context otherwise requires. M/s CSL and M/s (Company Name) ………. shall
hereinafter be jointly referred to as the "Parties" and individually as the "Party"- The Party herein
after disclosing information shall be referred to as the "Disclosing Party" and the Party hereinafter
receiving information shall be referred to as the "Recipient" or "Receiving Party".
The Non-disclosure agreement covers the following:
Information relating to the Supply, Design, Implementation, Commissioning and Maintenance of
Network infrastructure at M/s CSL shall not be disclosed by M/s (Company Name)…..to any agency
or any other persons not officially concerned with such process. The undue use by M/s (Company
Name)…. of confidential information related to the process may be treated as breach of
confidentiality and dealt with accordingly. Except with the prior written consent of M/s CSL, M/s
(Company Name)….shall not at any time communicate either in hard copy form or electronic means
or in any other mode to any other organization, person or entity any confidential information
acquired in the course of the contract.
Neither Party will disclose to any third party without the prior written permission consent of the
other party any confidential information which is received from the other party for the purpose of
providing or receiving services.
Each party will take measures to protect the confidential information of the other party that, in the
aggregate are no less protective than those measures it uses to protect the confidentiality of its own
comparable confidential information, and in any event, not less than a reasonable degree of
protection. Both parties agree that any confidential information received from other party shall only
Tender No: ISD/128/SYS/INFRA/2020 - Annexure
COCHIN SHIPYARD LIMITED Page 46 of 49
be used for the purpose of providing or receiving services under the above referenced contract
Supply, Design, Implementation, Commissioning and Maintenance of Network infrastructureat CSL.
In this agreement "Confidential Information" shall mean any information relating to the Disclosing
Party's business, commercial information or any information of a technical nature comprising inter
alia products, processes, methodologies, frameworks, models, ideas, interpretations, Legal, technical
and other documents, manuals, tariffs, standards, software, discs, reports, research, working notes,
papers, data or information in wired or wireless mode, drawings, layout , installation details of any
equipment/crane/ machinery, data and techniques used by/owned by "Cochin Shipyard Limited" in
connection with Supply, Design, Implementation, Commissioning and Maintenance of Network
infrastructure at CSL whatever form, provided all oral disclosure of confidential information is
submitted by the Disclosing Party in writing to the Recipient within 30 (thirty) days, indicating
compliance to the terms of this agreement.
In due consideration of the above, Cochin Shipyard Limited granting M/s (Company Name) ……….
access to the Confidential Information and vice-versa, the Parties undertake that:
Subject to Clause 8 below, the Recipient will keep the Confidential Information strictly confidential
and will not disclose it to any third party without the Disclosing Party's prior written consent, at any
point of time.
Confidential Information will be disclosed only to those personnel and permitted assigns of the
Recipient who need access to the Confidential Information for the proper performance of their
duties in relation to the project and only to the extent necessary for the purpose of Supply, Design,
Implementation, Commissioning and Maintenance of Network infrastructureat CSL. The Recipient
will solemnly take required steps appropriately in all means to ensure that all personnel to whom
access to the Information is given are aware of its confidentiality and that they are bound by
restrictions at least as onerous as those placed on the Parties by the terms of this agreement.
The Parties acknowledge that some or all of the Information is or may be price sensitive information
and that the use of such information may be regulated or prohibited by applicable legislations and
the Recipient undertakes not to use any such Information for any unlawful purpose. On acquiring
any Confidential Information, the Recipient shall comply with all applicable laws in India in relation
to insider trading and otherwise the acquisition of securities.
The Recipient agree to indemnify and hold harmless the Disclosing Party, its partners and staff and
any of the Disclosing Party's clients to whom the Information relates against all loss, damage and
expense (including legal expenses relating to any actions, proceedings and claims brought or
threatened) of whatsoever nature and howsoever arising out of any breach by the Recipient of the
confidentiality obligations under this Agreement.
Confidential Information disclosed to the Recipient will be used solely for the purpose of Supply,
Design, Implementation, Commissioning and Maintenance of Network infrastructure.
Tender No: ISD/128/SYS/INFRA/2020 - Annexure
COCHIN SHIPYARD LIMITED Page 47 of 49
The Recipient shall establish and maintain all reasonable security measures to provide for the safe
custody of the Information in whatever form it may be and to prevent unauthorized access to it.
This Agreement shall remain in effect for 10 years from the Effective Date of this Agreement
("Term"). On completion of Supply, Design, Implementation, Commissioning and Maintenance of
Network infrastructure, the Recipient shall return all the Confidential Information disclosed to the
Recipient and any copies thereof in whatever form it may be including soft copies, electronic forms
to the Discloser.
The obligations contained above shall not apply to any Information which
is or subsequently comes into the public domain otherwise than through a breach of this agreement;
is already rightfully in the Recipient's possession;
is obtained by the Recipient from a third party without any restriction on disclosure;
The Recipient required to disclose by law or professional or regulatory obligation with the Disclosing
Party's prior written consent.
Each party shall be responsible for any breach of this Agreement by any of their respective
Representatives. If the Recipient becomes aware of any breach of confidence or threatened breach
of confidence by any of the Recipient's direct employees or provisional employees including trainees
or agents or sub-contractors, the Recipient will promptly notify the Disclosing Party of the same and
give the Disclosing Party all reasonable assistance in connection with any proceedings which the
Disclosing Party may institute against such persons. In case of breach of confidence, the damages
will be assessed by the discloser and compensation claimed from the recipient as per the suitable
laws as applicable in India including Indian Penal Code, Information Technology Act2000, Intellectual
Property law, Indian Contract Act, company laws and the jurisdiction for all such proceedings will be
at the courts at Ernakulam.
The Recipient shall comply with the obligations set out herein throughout the tenure of contract and
thereafter.
The Recipient acknowledges that the Disclosing Party shall retain the copyright and intellectual
property rights in the Confidential Information and that the Receiving Party shall not copy, adapt,
transmit through wired media or wireless media, modify or amend full or any part of the
Confidential Information or otherwise deal with any part of the Confidential Information except with
the prior express written consent of Disclosing Party during period of the above contract.
This Agreement shall be fully governed by and construed in accordance with the relevant laws of
India.
Notices: Any notice, claim or demand in connection with this agreement shall be given in writing to
the relevant party at the address set out herein and sent by letter/fax shall be deemed received
when properly sent, any notice sent by hand shall be deemed received when actually delivered and
any notice sent by post shall be deemed received 72 hours after posting. A copy of all notices/replies
Tender No: ISD/128/SYS/INFRA/2020 - Annexure
COCHIN SHIPYARD LIMITED Page 48 of 49
sent between M/s CSL and M/s (Company Name) shall be emailed to (Company mail id) &
mary.ra@cochinshipyard.com respectively.
For M/s Cochin Shipyard Limited
Witness: 1
Witness: 2
For M/s (Company Name) Business Head
Witness: 1
Witness: 2
-----------------End of the document-------------------