Replies of Pre-Bid
Replies of Pre-Bid
Page 195 under Management The HCI solution should have automated alert capability in the In addition, anomoly detection of the alerts and warnings is essential for the HCI As per RFP
5 CIPL event of critical server failure or thresholds that are crossed failures. Also what if analysis of capacity utilisation and optimization will help the
which could impact server performance or customer SLA. SPMCIL to plan the capacity upgrade in future.
3.2.3 page 35 System Integrator shall provide all required output/ reports directly from the are you getting reports in Hindi language from current SAP version? As per RFP. Currently, reports
system in multiple formats (Excel/ PDF/ Word, etc.) in line with the forms and are not available in Hindi
6 CIPL formats, as specified in SPMCIL manuals and decided during the course of language.
implementation. Some of the reports may also be required in bi-lingual
format i.e. both English and Hindi.
section IX page 70 Experience and Past Performance: A (II) Should have experience of at least 3
This project covers Upgrade and Migration activities, the experience mentioned here As per RFP
projects relating to implementation of is only 1 project of Migration and 3 project of implementation, why 3 project of
7 CIPL
SAP S/4HANA implemtation experience required? We request for 1 project Implemtation
experience instead of 3
Page#283ANNEXURE 13: Supply of Hardware at DC/ DRC/ BU (Refer section VI: Delivery Schedule):- Request you to Amend the Payment Terms to:- 90% on Delivery of Hardware and As per RFP
CIPL
Payment Schedule Payment Terms-60% of A1 Soft Ware and 10% on Acceptance
On Operational Acceptance Supporting document:-Payment Terms-40% of A1 As per RFP
CIPL
CIPL Supply and Installation of Software As per RFP
8 CIPL Delivery of Software Licenses :-60% of A2 As per RFP
CIPL On Operational Acceptance:40% of A2 As per RFP
CIPL Implementation & Migration Services As per RFP
CIPL On Approval: Payment Terms-20% of A3 As per RFP
On UAT completion Supporting documents :Payment Terms-20% of A3 As per RFP
CIPL
Page# 8-Section I: Notice Inviting GeM - Availability Report and Past Transaction Summary - ID (as per para 13 Kindly clarify This is for internal reference of
9 CIPL
Tender below):GEM/GARPTS/23112020/ER7E86RZ2KHRc SPMCIL. Please ignore.
Page#79:Section XI: Price e. Grand total (X+Y) should be same as quoted in Financial Form 1 of Section XI Kindly clarify As per RFP. The grand total of
Schedule Form 2 (X+Y) should tally with
10 CIPL
the price quoted in Form 1.
Page 1 of 66
RAVI PRAKASH Digitally signed by RAVI PRAKASH
YADAV
YADAV Date: 2022.06.20 11:54:19 +05'30'
RFP document reference & page Content of RFP requiring clarification(s) Points of clarification/Suggestions Response - SPMCIL
S. No. Vendors number
Page 2 of 66
RFP document reference & page Content of RFP requiring clarification(s) Points of clarification/Suggestions Response - SPMCIL
S. No. Vendors number
Suggestion Proposed HCI Solution should be aligned to a single product roadmap from a single As per RFP
26 CIPL
vendor. it will help in more visibility to SPMCIL in future upgrades
Page 196 under Storage The HCI solution should support Inline Deduplication and compression across All Flash storage capacity has been asked in the RFP on HCI. So please modify this Refer Serial Number 1
Architecture all storage tiers. clause as " The HCI solution should support Inline Deduplication and compression
27 CIPL across all flash storage capacity"
Page 3 of 66
RFP document reference & page Content of RFP requiring clarification(s) Points of clarification/Suggestions Response - SPMCIL
S. No. Vendors number
Page 4 of 66
RFP document reference & page Content of RFP requiring clarification(s) Points of clarification/Suggestions Response - SPMCIL
S. No. Vendors number
Page 5 of 66
RFP document reference & page Content of RFP requiring clarification(s) Points of clarification/Suggestions Response - SPMCIL
S. No. Vendors number
Page 6 of 66
RFP document reference & page Content of RFP requiring clarification(s) Points of clarification/Suggestions Response - SPMCIL
S. No. Vendors number
Page 7 of 66
RFP document reference & page Content of RFP requiring clarification(s) Points of clarification/Suggestions Response - SPMCIL
S. No. Vendors number
Above criterion would ensure that bidder having similar experience gets more marks.
Further, The purpose of allowing consortium is that multiple parties with
complementing experience can come together. Hence Combined credentials of all
partners should be considered
The purpose of allowing consortium is that multiple parties with complementing
experiences can come together. Hence combined credential of all partners should be
considered
Page 10 of 66
RFP document reference & page Content of RFP requiring clarification(s) Points of clarification/Suggestions Response - SPMCIL
S. No. Vendors number
Page 12 of 66
RFP document reference & page Content of RFP requiring clarification(s) Points of clarification/Suggestions Response - SPMCIL
S. No. Vendors number
Page 14 of 66
RFP document reference & page Content of RFP requiring clarification(s) Points of clarification/Suggestions Response - SPMCIL
S. No. Vendors number
Page 15 of 66
RFP document reference & page Content of RFP requiring clarification(s) Points of clarification/Suggestions Response - SPMCIL
S. No. Vendors number
2.1 SAP application The current SAP landscape is depicted below: Provide the 3rd party systems in the IT landscape integrating with SAP. Please As per RFP
169 TCS
elaborate on the interface application that is being utilized.
2.1 SAP application The current SAP landscape is depicted below: DB Size without compression (in GB) per system of the landscape SAP DB Size :
SAP ECC - 757 GB
BIP - 107 GB
EPP - 14 GB
Landscape :
For ECC - Development ->
Quality -> Production
For BI - Development -> Quality -
170 TCS > Production
For EP - Development -> Quality
-> Production
Oracle version:- 11.2.0.3.0
SAP ERP 6 EHP7 support pack 14
SAP BW 7.0 level 3
Page 16 of 66
RFP document reference & page Content of RFP requiring clarification(s) Points of clarification/Suggestions Response - SPMCIL
S. No. Vendors number
2.1 SAP application Please do share details of ongoing projects that have a dependency on the S/4HANA As per RFP.
program. Refer clause 2 - "Existing IT
171 TCS
systems" at page no. 23 of the
Tender.
2.1 SAP application Please share the master business process list as well commonality between in scope The information may be shared
entities. with successful bidder after
172 TCS
signing contract and NDA with
SPMCIL.
2.1 SAP application Currently the following modules of SAP are implemented at SPMCIL: Finance Is there any consolidation system currently in use. Please provide details As per RFP
(FI) , Controlling (CO) , Material Management (MM) , Sales & Distribution (SD)
, Production Planning (PP) , Plant Maintenance (PM) , Quality Management
173 TCS (QM) , Human Capital Management (HCM) , Business Intelligence (BI) ,
Enterprise Portal (EP) , Document Management System (DMS) , Solution
Manager , Project Systems , ABAP , Basis.
3.1 Summary of Scope of Work The duration of the project will be as mentioned in Section V: Special Can the bidder provide an alternate plan/ timeline. As per RFP
Conditions of Contract (SCC), S. No. 2, GCC clause no. 10.1 and will have 2
stages: - Stage 1 will cover design, customization, migration, testing &
Operational Acceptance. It is expected that project implementation will be
174 TCS completed in 8 months by the System Integrator. The Stage 1 shall also
include stabilization period of 1 month. - Stage 2 will cover post go-live
operation and maintenance support after Operational Acceptance i.e. after
completion of stage 1
3.2.1 Component 1: Site The System Integrator is also required to furnish the sizing reports vetted by Please provide details if advisory services from SAP is expected in the scope of work As per RFP. Bidder needs to
Preparation and Supply & the SAP as well as other software OEMs for the software specifications and ensure adequate
175 TCS Installation of Hardware provide an undertaking as specified in Annexure 12. advisory/technical support
services from respective OEMs
Page 17 of 66
RFP document reference & page Content of RFP requiring clarification(s) Points of clarification/Suggestions Response - SPMCIL
S. No. Vendors number
2.1 SAP application Currently the following modules of SAP are implemented at SPMCIL: Finance Along with the conversion is there a plan to implement SAP new applications like, As per RFP
(FI) , Controlling (CO) , Material Management (MM) , Sales & Distribution (SD) Success Factors, Ariba, etc
, Production Planning (PP) , Plant Maintenance (PM) , Quality Management
190 TCS (QM) , Human Capital Management (HCM) , Business Intelligence (BI) ,
Enterprise Portal (EP) , Document Management System (DMS) , Solution
Manager , Project Systems , ABAP , Basis.
2.1 SAP application The current SAP landscape is depicted below: Provide the 3rd party systems in the IT landscape integrating with SAP. Please As per RFP
191 TCS
elaborate on the interface application that is being utilized.
192 TCS 2.1 SAP application The current SAP landscape is depicted below: DB Size without compression (in GB) per system of the landscape Refer Serial Number 170
2.1 SAP application Please do share details of ongoing projects that have a dependency on the S/4HANA Refer Serial Number 171
193 TCS
program.
2.1 SAP application Please share the master business process list as well commonality between in scope Refer Serial Number 172
194 TCS
entities.
2.1 SAP application Currently the following modules of SAP are implemented at SPMCIL: Finance Is there any consolidation system currently in use. Please provide details Refer Serial Number 173
(FI) , Controlling (CO) , Material Management (MM) , Sales & Distribution (SD)
, Production Planning (PP) , Plant Maintenance (PM) , Quality Management
195 TCS (QM) , Human Capital Management (HCM) , Business Intelligence (BI) ,
Enterprise Portal (EP) , Document Management System (DMS) , Solution
Manager , Project Systems , ABAP , Basis.
3.1 Summary of Scope of Work The duration of the project will be as mentioned in Section V: Special Can the bidder provide an alternate plan/ timeline. Refer Serial Number 174
Conditions of Contract (SCC), S. No. 2, GCC clause no. 10.1 and will have 2
stages: - Stage 1 will cover design, customization, migration, testing &
Operational Acceptance. It is expected that project implementation will be
196 TCS completed in 8 months by the System Integrator. The Stage 1 shall also
include stabilization period of 1 month. - Stage 2 will cover post go-live
operation and maintenance support after Operational Acceptance i.e. after
completion of stage 1
3.2.1 Component 1: Site The System Integrator is also required to furnish the sizing reports vetted by Please provide details if advisory services from SAP is expected in the scope of work Refer Serial Number 175
Preparation and Supply & the SAP as well as other software OEMs for the software specifications and
197 TCS
Installation of Hardware provide an undertaking as specified in Annexure 12.
Section 3.2.4, page 41 (Training) Table – 8, Serial No 3, Product Training to 1200 End Users Understand that the Product Training is expected to be provided for the complete End As per RFP
User Community. However, it is emphasized that the Train the Trainer Approach must
be followed for the same wherein the SI shall train a limited set of of SPMCIL Trainers
205 TCS
who in turn will train the rest of the End User Community. Subsequently, these
trainers will also act as Power User Community of SPMCIL. Please confirm
Section 3.2.6, Page 45 (Operation The System Integrator is required to procure ATS (Annual Technical Support) Does this include the cost of SAP ATS as well, Please confirm SAP license along with ATS will
& Maintenance Support) for all the supplied software from respective OEMs for a period of 5 years be procured by SPMCIL
206 TCS post Operational Acceptance by SPMCIL. separately. Rest of the licenses
will be provided by SI.
Section 4, Page 56 (Delivery After issue of LoI/ Notification of Award to selected bidder, the assignment This is a large engagement and deployment of resources for the same usually takes As per RFP
Schedule) will commence within 1 month. The System Integrator has to deploy requisite time. Accordingly, propose to have this deployment time as 08 Weeks from the date
207 TCS
team in place before the commencement of assignment… of LOI. Also the resources will be deployed in a phased manner depending upon the
nature of work. Pleae confirm.
Security Requirements(S.No. - Implementation of latest version of As per RFP, ISO certification needed for DC & DRC, SI assumes cost of ISO270001 audit As per RFP.
208 TCS 8.1) & Page No.- 65 applicable ISO 27001 standards for DC & cost will be borne by SMPCIIL It will be borne by SI only
DRC.
Third Party Audit support of SPMCIL may engage a Third Party Auditor (TPA) for audit of entire solution Third party audit need to perform for applications, please share frequency and period As per RFP
infrastructure and solution(Page including IT and non- for the same
No. 38) IT infrastructure and applications at DC, DRC and business units supplied,
209 TCS installed and
commissioned by the System Integrator. The selection of the Third Party
Auditor shall be done by
SPMCIL.
2. Existing IT Systems SPMCIL has implemented a few IT initiatives which include SAP ERP, SAP We understand that efforts required for all such future integrations would be taken up As per RFP
business intelligence as change requests. Please confirm
reports, mail & messaging, e-Office, video conferencing, etc. with dedicated
DC and DRC. SPMCIL
is also planning to implement other important IT initiatives like technical
refresh of existing IT
infrastructure, business analytics, global e-Commerce portal, track & trace
system, block-chain,
210 TCS
machine integration etc. Some of the initiatives have already been
implemented or are being
implemented and some of them are still in pipeline. SPMCIL envisages to
implement all these new
initiatives in a span of next one to two years. These new initiatives shall also
have some level of
integration or interfacing with the SAP S/4HANA system, which will be
decided in due course of
Page 19 of 66
RFP document reference & page Content of RFP requiring clarification(s) Points of clarification/Suggestions Response - SPMCIL
S. No. Vendors number
3.2.1 Component 1: Site The bidders are also required to make provisions for any servers like SysLog Please clarify whether the existing DC and DRC are compliant to any standards as of As per RFP. Refer Page 31 of RFP
Preparation and Supply & Server etc. necessary for implementation of the system. It may also be noted now? document
Installation of Hardware that SPMCIL has recently implemented e- Office and Video Conferencing
211 TCS
solutions. Bidders are required to keep provisions of 14U rack space at DC and
8U rack space at DRC for redeployment of existing Video Conferencing & e-
Office solutions.
Design of Business Blueprint/ Design of Business Blueprint/ Design Document 1. Please confirm that the scope of bilingual reports is limited to the labels and 1. As per RFP. Except data, all
Design Document Page 35 headings being available in Hindi, however all the data will be in English only. contents need to be available in
2. Please confirm that the Hindi translation of the labels etc will be provided by the bilingual (Hindi & English).
department. 2. As per RFP. The Hindi
212 TCS
translation of all the contents
will be provided by successful
bidder
Migration Page 37 It will be the responsibility of the System Integrator to keep safely and intact, We understand that the existing Oracle DB is a part of the current SAP implementation As per RFP
the copy of and the licences would also be covered under the same.
database of existing database in case of any unseen disaster 1. Please confirm that the necessary Oracle licences would continue to be provided by
the department so that the existing database can be maintained even after the
216 TCS
decommissioning of the existing system.
2. Please clarify how many server cores does the bidder need to provision for
continuing to maintain the existing Oracle DB in the new server environment.
3.2.6 Component 6: Operations & The System Integrator shall ensure that the entire solution shall have no Having no defects is not a realistic proposition in any software project. Request that As per RFP
Maintenance Support Page 45 defect arising from the design or installation or configuration of this clause may be suitably modified
220 TCS
hardware and software.
Replication, Backup and Existing data backup mechanism is provided below: Since the bidder has to calculate and provision the storage requirement for backup, As per RFP
Restoration Page 47 please confirm that the bidder can consider the same backup frequency and retention
221 TCS
policy for the project. Any changes to the same at a later stage would result in change
in the storage requirement
Page 20 of 66
RFP document reference & page Content of RFP requiring clarification(s) Points of clarification/Suggestions Response - SPMCIL
S. No. Vendors number
3.3.1 Team composition at Data 3.3.1 Team composition at Data Centre, Noida There is no resource mentioned for the HANA database expert role which is a critical Bidders may assess the
Centre, Noida Page 48 requirement. Please clarify what is the minimum resource requirement for the same manpower requirements and
222 TCS so that all bidders are on the same page propose accordingly. RFP
mentions minimum resource
requirements.
Installation & Management & The System Integrator is also required to furnish certificates from respective Any Hardware/Software products EOL supports only 5-6 years. How we are expecting Refer Amendment 3
Page No 33 OEMs that the supplied software will be supported by them for a minimum to get a certificate form OEMs of ten years.
223 TCS
duration of ten years post Operational Acceptance of the system.
New Clause New Clause Employee non-solicitation: Vendor and CUSTOMER each agree that during the term As per RFP
a Vendor personnel or CUSTOMER employee is associated with the Services hereunder
and for a period of two years after such person ceases to be so associated, neither
236 TCS Vendor nor CUSTOMER shall, directly or indirectly, solicit for hire or knowingly hire or
retain such personnel of the other party as an employee or independent contractor,
except with prior written consent of the other party.
Page 21 of 66
RFP document reference & page Content of RFP requiring clarification(s) Points of clarification/Suggestions Response - SPMCIL
S. No. Vendors number
1.2. Vendor’s Proprietary Software and Pre-Existing IP. CUSTOMER acknowledges and
agrees that this is a professional services agreement and this agreement is not
intended to be used for licensing of any Vendor’s proprietary software or tools. If
Vendor and CUSTOMER mutually agree that the Vendor provides to CUSTOMER any
proprietary software or tools of Vendor or of a third party, the parties shall negotiate
and set forth the applicable terms and conditions in a separate license agreement and
the provisions of this Section 3 shall not apply to any deliverables related to
customization or implementation of any such proprietary software or products of
Vendor or of a third party. Further, CUSTOMER acknowledges that in performing
Services under this Agreement Vendor may use Vendor’s proprietary materials
New Clause New Clause including without limitation any software (or any part or component thereof), tools, As per RFP
1.4. The Vendor shall be excused and not be liable or responsible for any delay or
failure to perform the Services or failure of the Services or a Deliverable under this
Agreement to the extent that such delay or failure has arisen as a result of any delay
or failure by the CUSTOMER or its employees or agents or third party service providers
to perform any of its duties and obligations as set out in this Agreement and the
applicable Statement of Work. In the event that the Vendor is delayed or prevented
from performing its obligations due to such failure or delay on the part of or on behalf
of the CUSTOMER, the Vendor shall be allowed an additional period of time to
perform its obligations and unless otherwise agreed the additional period shall be
equal to the amount of time for which vendor is delayed or prevented from
performing its obligations due to such failure or delay on the part of or on behalf of
the CUSTOMER. Such failures or delays shall be brought to the notice the CUSTOMER
238 TCS and subject to mutual agreement with the CUSTOMER, the Vendor shall take such
actions as may be necessary to correct or remedy the failures or delays. The Vendor
shall be entitled to invoice the CUSTOMER for additional costs incurred in connection
with correction or remedy as above at t&m rate card agreed herein.
1.5. Neither party shall be liable to the other for any special, indirect, incidental,
consequential (including loss of profit or revenue), exemplary or punitive damages
whether in contract, tort or other theories of law, even if such party has been advised
of the possibility of such damages.
1.6. The total cumulative liability of either party arising from or relating to this
agreement shall not exceed in the aggregate the total amount paid to VENDOR by the
CUSTOMER during twelve (12) months under that applicable Statement of Work that
gives rise to such liability (as of the date the liability arose); provided, however, that
2.2 IT infrastructure at DC & DRC Network Diagram this limitation shall not apply to any liability for damages arising from (a) willful
Presume the 10 Mbps from Airtel and 40 Mbps from BSNL is for internet connectivity: 1. Current capacity of links is as
– Page 26 1. Why have different capacities? per requirements of SPMCIL.
239 TCS 2. Is there any Link Load Balancer here? 2. Currently there is no link load
balancer
Page 22 of 66
RFP document reference & page Content of RFP requiring clarification(s) Points of clarification/Suggestions Response - SPMCIL
S. No. Vendors number
Page 23 of 66
RFP document reference & page Content of RFP requiring clarification(s) Points of clarification/Suggestions Response - SPMCIL
S. No. Vendors number
Copy of Purchase Order/ Work Order/Contract/ Agreement Completion/
260 TCS
Successful migration confirmation from the client
Copy of Purchase Order/ Work Order/Contract/ Agreement Completion/
Successful implementation confirmation from the client
Copy of Purchase Order/ Work Order/Contract/ Agreement Completion/
261 TCS
Successful migration confirmation from the client
Copy of Purchase Order/ Work Order/Contract/ Agreement
Completion/ Successful implementation confirmation from the client
Page 24 of 66
RFP document reference & page Content of RFP requiring clarification(s) Points of clarification/Suggestions Response - SPMCIL
S. No. Vendors number
Certificate from statutory auditor Or Work Order/Copy of contract for SAP
implementation
2. Capacity Criteria The bidder can submit the required HR certificate mentioning the proof of 50 As per RFP
personnel in its roll but it is difficult to submit the EPF detailsl of the employess.
ii)Should have minimum 50 personnel with expertise in SAP implementation Hence, kindly modify the clause accordingly
263 TCS on its payroll.
Document to be submitted: Certificate from HR/ Talent Head with the proof
of EPF deduction of minimum 50 personnel on the roll
3.2.3 Component 3: Functional coverage as mentioned in Annexure 2 of this bidding document The effort estimate will be done based on the broader scope of work given in the RFP. As per RFP
Implementation & Migration are minimum requirements. It is expected that the System Integrator may be Any major change in the scope of work should be considered as a change request and
Services , pg 34 required to include additional functional requirements, which may come up should be billed over above the contract value..
during the period of its self-assessment to arrive at an appropriate design of
264 TCS
the solution. The business processes captured by the System Integrator, FRS
and formats captured shall be the basis of implementation of proposed
solutions.
3.2.3 Component 3: The scope of migration shall include but not limited to the following : 1. Checking the correctness and completeness of the data (for migration) should be As per RFP
Implementation & Migration Data collection from locations in the identified common data format the responsibility of SMPCIL since the business users will have the proper
Services Identify/ mapping of dependency fields understanding of the data. Please confirm.
Redundant data checks and verification 2. The role of service provider should be to collect the data in predefined templates
265 TCS Check for null data , missing data and mismatched data fields and migrate it into the new system after the confirmation on data quality by SMPCIL.
Correct/ modify objects in entire landscape affected by upgrade of SAP ECC please confirm.
pg 38 In case of any changes suggested by Third Party Auditor (TPA), the System Please confirm who will engage and financially provision for TPA. SPMCIL will engage and pay for
Integrator shall implement the changes in consultation with the SPMCIL. TPA
System Integrator will submit compliance reports on the observations of third
266 TCS
party audit and the process will continue till the issuance of final certificate by
the Third Party Auditor (TPA) and may involve two or more rounds of audits.
pg 43 The emphasis of the Orientation-cum-Workshop would lie on getting the user It is suggested to form a core project/product team, which will comprise of key As per RFP. SPMCIL has its own
acceptance for the project from the end users of the system and making them personnel from SMPCIL. The core SMPCIL team should own the requirement and user core team
267 TCS
comfortable with the change with the implementation of new solution. acceptance activity from SMPCIL side. This ownership is critical for project success.
SQL server What does the SQL server used for.Do we need to migrate the data in SQL server as As per RFP. SQL servers are used
well or only from the oracle databases. in AMS system ( Attendance
268 TCS
management system)
3. Capacity building , pg 259 Each week of delay in completion of training will attract a deduction of 0.5% SMPCIL need to ensure that all the participant attend the scheduled training. In case As per RFP
271 TCS of the milestone under which the deliverable is falling. any user doesn’t attend the planned training , his training will be deemed complete.
Page 26 of 66
RFP document reference & page Content of RFP requiring clarification(s) Points of clarification/Suggestions Response - SPMCIL
S. No. Vendors number
Page 28 of 66
RFP document reference & page Content of RFP requiring clarification(s) Points of clarification/Suggestions Response - SPMCIL
S. No. Vendors number
Page 29 of 66
RFP document reference & page Content of RFP requiring clarification(s) Points of clarification/Suggestions Response - SPMCIL
S. No. Vendors number
Page 30 of 66
RFP document reference & page Content of RFP requiring clarification(s) Points of clarification/Suggestions Response - SPMCIL
S. No. Vendors number
End to end monitoring of existing infrastructure is required to be done etc.
At present, there is no provision of CCTV at DRC
Building Management system for monitoring the physical environment and
utilities is not operational.
3.2.1 Component 1: Site The Is there scope for the Bidder to do inspection, who have not dine any site inspection.? Bidder can visit DC and DRC
Preparation and Supply & bidders are also advised to make a visit to SPMCIL DC and DRC before pre-bid How will it fan out if there is any major flow found between inspection and actual sites as mentioned in the RFP.
Installation of Hardware meeting in order Implementation time? Refer corrigendum/amendment
327 Tech Mahindra
to make any assessment relating to site preparation and other requirements. 1 for extended timeline of
visiting DC and DRC
Page 31 of 66
RFP document reference & page Content of RFP requiring clarification(s) Points of clarification/Suggestions Response - SPMCIL
S. No. Vendors number
Page 32 of 66
RFP document reference & page Content of RFP requiring clarification(s) Points of clarification/Suggestions Response - SPMCIL
S. No. Vendors number
Page 36 of 66
RFP document reference & page Content of RFP requiring clarification(s) Points of clarification/Suggestions Response - SPMCIL
S. No. Vendors number
Page 37 of 66
RFP document reference & page Content of RFP requiring clarification(s) Points of clarification/Suggestions Response - SPMCIL
S. No. Vendors number
Page 38 of 66
RFP document reference & page Content of RFP requiring clarification(s) Points of clarification/Suggestions Response - SPMCIL
S. No. Vendors number
Reason : Data should remain safe under various conditions of failure.
Reason : The feature should be available under all conditions of operations.
Storage Architecture The solution should automatically rebalance data to maintain balanced Suggested Revised Clause : The solution should automatically rebalance data to Refer Amendment 3
utilization of storage across the HCI nodes. When storage capacity is scaled up maintain balanced utilization of storage across the HCI nodes. When storage capacity
or scaled out, the HCI nodes must automatically redistribute data equally is scaled up or scaled out, the HCI nodes must have an option of automatically /
across all nodes. manually redistribute data equally across all nodes.
Page 39 of 66
RFP document reference & page Content of RFP requiring clarification(s) Points of clarification/Suggestions Response - SPMCIL
S. No. Vendors number
Page 41 of 66
RFP document reference & page Content of RFP requiring clarification(s) Points of clarification/Suggestions Response - SPMCIL
S. No. Vendors number
Recommendation To optimize DC - DR HUB to Unit Spoke location WAN bandwidth optimization and As per RFP
Cost savings,
466 HPE recommend to consider "Solution should natively support WAN optimization with
packet deduplication, TCP optimization capability to optimize DC - DR application
traffic"
Recommendation For centralized policy based zero touch deployment of WAN gateway's request to As per RFP
consider "Solution must provide centralized orchestrator or management solution
467 HPE for all DC, DR and Unit WAN Gateway WAN configuration, Application Firewall
security and Application based QOS policy, troubleshooting and performance
reporting capability.
Page 189, 133 to 177 SAP sizing for Standard modules, Customization Please clarify if the SAP sizing given on Page 189 is inclusive or exclusive of the load The SAP sizing requirement
being generated on DB and non DB instances, due to customization as stated from given in the RFP includes
pages 133 - 177 ? customization features and is
minimum.
Further, does given sizing also include the load being generated by Customization's The bidder needs to size the
interfaces with other functions being implemented in your SAP deployment. solution based on its past
experience and requirements
Request you to also define : the consolidated SAP sizing load factor to be taken by given in the RFP.
Bidder for this deployment e.g. xx % over and above the given standard SAP sizing,
to have uniformity of sizing across bidders.
468 HPE
Above mentioned changes may require scale up at DB layer and scale out at Appl
layer, which is best delivered by combined use of clauses 10.3 and 10.4 and HCI
environment, as mentioned in your RFP.
If any one of the above projects having more than 200 users - additional 5 Marks
Page 43 of 66
RFP document reference & page Content of RFP requiring clarification(s) Points of clarification/Suggestions Response - SPMCIL
S. No. Vendors number
Page 44 of 66
RFP document reference & page Content of RFP requiring clarification(s) Points of clarification/Suggestions Response - SPMCIL
S. No. Vendors number
B) Clause 12.4 mentions that Service Provider shall be liable to pay SPMCIL for the
damage even if SPMCIL holds insurance without waiting for the insurer to react. If and
when the insurer pays, they will reimburse the same. We request the clause to be
reworded accordingly.
16.6 If the supplier, having been notified, fails to rectify/ replace the defect(s) 16.6 Is SPMCIL willing to accept the re-wording of the clause as below-
within a reasonable period (or within the period, if specified in the SCC), If the supplier, having been notified, fails to rectify/ replace the defect(s) within a
497 L&T
SPMCIL may proceed to take such remedial reasonable period (or within the period, if specified in the SCC), SPMCIL may proceed
action(s) as deemed fit by SPMCIL, at the risk and expense of the supplier and to take such remedial action(s) as deemed fit by SPMCIL, at the risk and expense of the
without prejudice to other contractual rights and remedies, which SPMCIL supplier and without prejudice to other contractual rights and remedies, which
may have against the supplier SPMCIL may have against the supplier. In no event shall such expense exceed 10% of
the fees payable to supplier for the undelivered or defective services. Any assistance
in terms of personnel or infrastructure provided by Service Provider during this period
shall continue to be charged to the Customer as agreed. Any step in of third party shall
not exceed thirty days from its trigger.
Page 45 of 66
RFP document reference & page Content of RFP requiring clarification(s) Points of clarification/Suggestions Response - SPMCIL
S. No. Vendors number
Is SPMCIL willing to include a right for Service Provider to terminate with a written
notice for breach by SPMCIL which is not cured within thirty days from the date of
such notice.
Page 46 of 66
RFP document reference & page Content of RFP requiring clarification(s) Points of clarification/Suggestions Response - SPMCIL
S. No. Vendors number
Page 47 of 66
RFP document reference & page Content of RFP requiring clarification(s) Points of clarification/Suggestions Response - SPMCIL
S. No. Vendors number
The solution must provide a flexible framework for collecting and managing service
512 Motadata
level templates including service definition, service level metrics, penalties and
other performance indicators measured across infrastructure and vendors.
SLA measurement for applications and Network device availability should be done
from the same platform
Page 49 of 66
RFP document reference & page Content of RFP requiring clarification(s) Points of clarification/Suggestions Response - SPMCIL
S. No. Vendors number
Page 195 under Management The HCI solution should have automated alert capability in the In addition, anomoly detection of the alerts and warnings is essential for the HCI Refer Serial No. 5
532 Sara Infoway event of critical server failure or thresholds that are crossed failures. Also whatif analysis of capacity utilisation and optimization will help the
which could impact server performance or customer SLA. SPMCIL to plan the capacity upgrade in future.
Page 195 under Storage The HCI solution should support scaling storage capacity and The HCI should also support to linear scale out with compute only nodes as a Refer Serial Number 22
Architecture performance linearly by addition of nodes. parallel cluster connected to the existing HCI storage. Also, an external secondary
533 Sara Infoway
FC/iSCSI storage array option to connect needs to be available from day one for
migration or archival purpose.
Page 195 under Storage The HCI solution should support various data replication Can Erasure coding with RAID5 that can tolerate one component failure be Refer Serial Number 23
Architecture methods like RF=2 or RF=3 or equivalent for data protection. considered?
534 Sara Infoway
Any software license required to enable RF=2 or RF=3 or
equivalent solution, should be provided with the solution.
Suggestion Solution must be constituted as a single product consisting of hyper-converged Refer Serial Number 24
nodes, hardware virtualization, storage virtualization, network connectivity,
management system, and support must be delivered in a unified way with a single
535 Sara Infoway support contract authorized to take support calls for both the hardware and
software on the appliance. It will help SPMCIL in day to day management of infra and
they don't need to log tickets with different vendors for any issues on
Infra/Virtualization layer
Suggestion Solution must have predictive failure analytics with proactive alert notifications. Refer Serial Number 25
HCI Solution should provide a Dial Home facility to pro-actively engage support
536 Sara Infoway team for quicker hardware replacement and resolution. It will reduce workload on
SPMCIL infra team and reduce downtimes
Page 50 of 66
RFP document reference & page Content of RFP requiring clarification(s) Points of clarification/Suggestions Response - SPMCIL
S. No. Vendors number
Suggestion Proposed HCI Solution should be aligned to a single product roadmap from a single Refer Serial Number 26
537 Sara Infoway
vendor. it will help in more visibility to SPMCIL in future upgrades
Page 196 under Storage The HCI solution should support Inline Deduplication and compression across All Flash storage capacity has been asked in the RFP on HCI. So please modify this Refer Serial Number 1
538 Sara Infoway Architecture all storage tiers. clause as " The HCI solution should support Inline Deduplication and compression
across all flash storage capacity"
RFP_Techrefresh/Page 218 of Precision Air Cooling should be of minimum 30kW capacity N+1 topology with Request you to kindly add below in addi on to the men oned features : •The Refer Serial Number 28
287/i) Integrated Data Centre following features: lCooling System should be DX (Variable) type in N+1 compressor should achieve the capacity modulation by adjusting the
rack solution for DC Topology vertical/Horizontal positioning of the orbital scroll with respect to the fixed scroll
l Inbuilt Heater and Humidifier to cater IT load up to 30kVA inside the compressor. By varying the time of “loaded state” and “unloaded state” of
539 Sara Infoway
l Outdoor Unit the scroll element, the required capacity should be obtained.
• The ambient temperature to be considered for the calculation of total capacity of
the unit should be 45 Degrees
Page 52 of 66
RFP document reference & page Content of RFP requiring clarification(s) Points of clarification/Suggestions Response - SPMCIL
S. No. Vendors number
Page 53 of 66
RFP document reference & page Content of RFP requiring clarification(s) Points of clarification/Suggestions Response - SPMCIL
S. No. Vendors number
Page 54 of 66
RFP document reference & page Content of RFP requiring clarification(s) Points of clarification/Suggestions Response - SPMCIL
S. No. Vendors number
Page 55 of 66
RFP document reference & page Content of RFP requiring clarification(s) Points of clarification/Suggestions Response - SPMCIL
S. No. Vendors number
iii) DLP solution for end points As per RFP. Bidder may propose
solution with additional
Pre-defined data of applications and templates helps to organisations to roll out the features as required
solution quickly and more effectivityly and giving visibilities for fine tunning and
control. Discovery is most critical aspect of Data protection to identify the sensitive
information lying accross the endpoints. Hence this functionality should be asked in
the specifications.The solution should have more than1500 templates and 60 pre-
584 Forcepoint defined applications and multiple application groups and allow each
application/application group to monitor operations like Cut/Copy, Paste, File Access
and Screen Capture or Download. Also solution should have the capability to define
the third party application.The solution should be able to define the policies for the
inside and out of office endpoint machines. The endpoint solution should have
capabilities to monitor applications and ensure unauthorized applications do not have
access to sensitive files. The endpoint solution should be able to perform discovery
only when the endpoint is connected to external power or Machine is Idle
iii) DLP solution for end points As per RFP. Bidder may propose
solution with additional
Providing flexible ways for configuring policies based on the assest types and features as required
protecting the data when the device is not connected to the central is most important.
Hence request you to please add this clause.The solution should be able to monitor
data copied to network file shares and should enforce structured and unstructured
585 Forcepoint
fingerprint policies even when disconnected from corporate network. The endpoint
would be able to store both structured and unstructured fingerprints on the endpoint
itself and should perform all analysis locally and not contact and network components
to reduce WAN overheads. The solution should be able to enforce different policies
for desktops and laptops.The system should support incremental scanning during
discovery to reduce volumes of data to be scanned.
iii) DLP solution for end points As per RFP. Bidder may propose
Discovering and then followed by remidiating the risk of the data leakage is very solution with additional
important along with maintaining the attribute of the file, Hence request you to please features as required
add this clause.The system should allow automatic movement or relocation of file,
586 Forcepoint delete files during discovery & The system should display the original file location and
policy match details for files found to violate policy. The system should leave the "last
accessed" attribute of scanned files unchanged so as not to disrupt enterprise backup
processes. Solution Should be able to detect both Exact match and partial match of a
Fingerprinted data.
iii) DLP solution for end points As per RFP. Bidder may propose
Data leakage attempt are very common by the help of removable media, help there solution with additional
should content encryption when sensitive data is copied to removable media. Hence features as required
request you to please add this clause.The Endpoint DLP Solution must be able to
587 Forcepoint
encrypt data when business classified data is sent to removable media drives. The
encryption solution can be built in or 3rd party solution needs to be factored to meet
the requirement. Solution Should be able to detect slow and low data leakage attempt
as well.
x) SD WAN Device for DC and DR , As per RFP. Bidder may propose
xi) SD WAN Device for Units Considering this project is for a longer duration chips like ASIC do not scalable and solution with additional
Networking devicesworks on the software core and should not be dependent on features as required
hardware chips performance such ASIC as that doesn’t scale with the dynamic
588 Forcepoint
changing needs. Hence request you please add this clause for better solution..solution
should be multicore CPU architecture to protect agaist dynamic threats and should
not be based on ASIC. If option to disable ASIC is there then OEM needs to provide the
asked throughput on their datasheet post disabling the ASIC chips.
x) SD WAN Device for DC and DR , As per RFP. Bidder may propose
xi) SD WAN Device for Units SDWAN as a concept is defined on the principle of Application aware routing and that solution with additional
589 Forcepoint functionality not even asked in the RFP, Hence request you to please add this clause as features as required
well..Proposed Solution Should multiple Parameter for Application Aware routing like
Latency, jitter, Packet loss, Link Stability and should defined per application
Page 56 of 66
RFP document reference & page Content of RFP requiring clarification(s) Points of clarification/Suggestions Response - SPMCIL
S. No. Vendors number
x) SD WAN Device for DC and DR , Refer Amendment 3
xi) SD WAN Device for Units Considering the architecture of SPMCIL, on prem infra is must and multi-tendency will
help provide better manangment and flexibility along with easy of use as and when
590 Forcepoint
required..SDWAN central manager should on-prem based solution, no cloud based
will accepted and Same should multi-tendency as well in future with a license update.
Bidder to confirm the proposed OEM/Solution has this functionility at the time of bid.
x) SD WAN Device for DC and DR , These will help to further help to provide effective control and help to improve overall As per RFP
xi) SD WAN Device for Units security posute of the organisation..Solution must employ the below inspection
technologies
1. Multilayer traffic normalization
591 Forcepoint
2. Vulnerability-based fingerprints
3. Evasion and anomaly logging
4. Decryption-based detection
5. Message length sequence analysis
xiii) Internal firewall & xiv) Next Refer Amendment 3
Generation Firewall (NGFW) These are next gen vpn functions and load sharing to support availability of multiple
ISPs.VPN capabilities in solution must support
592 Forcepoint • Policy-based VPN, flexible route-based VPN including within customer domains
• Hub and spoke, full mesh, partial mesh topologies
• Multi-Link fuzzy-logic-based dynamic link selection
• Multi-Link modes: load sharing, active/standby, link aggregation
xiii) Internal firewall & xiv) Next As per RFP. Bidder may propose
Generation Firewall (NGFW) A must to have function to create granular policies and to maintain compliance to solution with additional
avoid vulnerabale applications internet access.Solution must support client based features as required
agent to check the security posture of endpoints and must be able to employ policies
593 Forcepoint
basis the attributes.Policy must be defined on NGFW for discarding the user requests
if AV is not updated,OS version is Obsolete, or any users is using the obsolete
browsers and should not have any dependencies on the number of client supported &
there is should not be any license attached to it.
xiii) Internal firewall & xiv) Next As per RFP. Bidder may propose
Generation Firewall (NGFW) Cyberratings is the organsation that test the product and then publishes the report solution with additional
based on the security effectiveness of the solution for Firewall and NGFW's. features as required
594 Forcepoint Considering there recommendation would help the organisation to better secure the
network from threats considering SPMCIL is one of the most critical and reputated
organisation of the country.The Prosposed solution Should have achieved minimum
AAA rating in the CyberRatings.Org report of 2021.
xiii) Internal firewall & xiv) Next Refer Serial Number 588
Generation Firewall (NGFW) Considering this project is for a longer duration chips like ASIC do not scalable and
Networking devicesworks on the software core and should not be dependent on
hardware chips performance such ASIC as that doesn’t scale with the dynamic
595 Forcepoint
changing needs. Hence request you please add this clause for better solution..Solution
should be multicore CPU architecture to protect agaist dynamic threats and should
not be based on ASIC. If option to disable ASIC is there then OEM needs to provide the
asked throughput on their datasheet post disabling the ASIC chips.
xiii) Internal firewall & xiv) Next These will help to further help to provide effective control and help to improve overall Refer Serial Number 591
Generation Firewall (NGFW) security posute of the organisation..Solution must employ the below inspection
technologies
1. Multilayer traffic normalization
596 Forcepoint
2. Vulnerability-based fingerprints
3. Evasion and anomaly logging
4. Decryption-based detection
5. Message length sequence analysis
Page 57 of 66
RFP document reference & page Content of RFP requiring clarification(s) Points of clarification/Suggestions Response - SPMCIL
S. No. Vendors number
Request you to modify the clause:
Support for protocols IPv4, IPv6, RIP1, RIP2, OSPF, BGP, IGMPv3, ACL/ Access Policy,
BFD etc.
Hardware Architecture The proposed firewall appliance should have at least 12 ports of 10/100/1000 Request you to modify the clause to " The proposed firewall appliance should have at Refer Amendment 3
along with minimum 2 ports of 1/10 Gig SFP+ ports with separate least 8 ports of 10/100/1000 along with minimum 4 ports of 1/10 Gig SFP+ ports with
management ports. separate management and sync ports"
Considering the overall scale of Firewall requirement SPMCIL which is maximum of 5
598 Arpaninfra
Gbps Firewall/ 2 Gbps NGTP, there would be sufficient ports to suffice their
networking environment. Moreover, use of SFP/ SFP+ interfaces should be preferred
inline with today's modern networking architecture.
Page 58 of 66
RFP document reference & page Content of RFP requiring clarification(s) Points of clarification/Suggestions Response - SPMCIL
S. No. Vendors number
For securing SAP and its Databases, DLP solutions will not sufficient. Requesting you to
please consider below " To provide complete data at rest security, bidder has to
provide a dedicated Encryption solution to support Embedded Format preserving
encryption to enable transparent key rotation and should seamlessly support custom
built applications and commercially off the shelf software. Solution must be stateless
supporting data masking, file level encryption, Data De-identification, Data
Tokenization. and capable of format preserving encryption of data at source
622 Inspira
(application) level and must be independent of any database which customer is using.
It should work without schema changes in the databases where private data may
reside and must integrate with proposed SIEM seamlessly. It must comply to NIST-
Standard FF1 AES Format-Preserving Encryption (SP800-38G) should be provided &
necessary security proofs should be provided. The encryption keys should be
regenerated on the fly for future e-discovery and the data protected by the system
may be shared without exchanging keys with an external party".Handling SAP and its
databases and its data is a specialized job and its beyond DLP capability. Its required a
specialized solution that can provide protection not only SAP but also other databases
in organization. Hence requesting you to consider the same
iii) DLP solution for end points, The bidder should offer a comprehensive Data Leak/ Loss Prevention As per RFP
Page 241 of 287 Solution for Data Protection across all units of SPMCIL and DC & DRC situated
in different locations. Traditional DLP with limited capability will not provide data security. Requesting you
to please consider below:-
"The solution should detect and prevent content getting posted or uploaded to
specific websites, blogs, and forums accessed over HTTP, HTTPS. The solution should
be able to enforce policies by URL's, domains or URL categories either natively or by
623 Inspira integrated Web Security solution. The solution should be able to monitor FTP traffic
including fully correlating transferred control information and should be able to
monitor IM traffic even if its tunnelled over HTTP protocol. It must have capability to
integrate with 3rd party Proxy solution for content inspection using ICAP channel. It
should also provided pre-defined policies and templates with over 1700+ patterns to
identify and classify information pertaining to different industry like Energy,
Petroleum industry vertical etc and India IT Act." .Asked DLP functionality features are
very limited. Hence for a broad coverage of DLP, please consider the same
iii) DLP solution for end points, Suggestions As per RFP
Page 241 of 287 The solution should have a dashboard view designed for use by executives that can
combine information from data in motion (network), data at rest (storage), and data
624 Inspira at the endpoint (endpoint) in a single view along with Single management for
managing policies for DLP, Anti-spam and URL filtering(proxy). .A central dashboard
for all the DLP stages, all the channels including Web, Email & Endpoint will provide
accurate status and visibility of deployed DLP solution
Page 60 of 66
RFP document reference & page Content of RFP requiring clarification(s) Points of clarification/Suggestions Response - SPMCIL
S. No. Vendors number
Page 61 of 66
RFP document reference & page Content of RFP requiring clarification(s) Points of clarification/Suggestions Response - SPMCIL
S. No. Vendors number
Page 64 of 66
RFP document reference & page Content of RFP requiring clarification(s) Points of clarification/Suggestions Response - SPMCIL
S. No. Vendors number
Page 65 of 66
RFP document reference & page Content of RFP requiring clarification(s) Points of clarification/Suggestions Response - SPMCIL
S. No. Vendors number
Page 66 of 66