Request For Proposal Document - Securities And Exchange Board Of India

Transcription

Request for Proposal documentRFP NameRFP No.RFP IssuedateLast Date ofresponsesubmissionAnnual Maintenance Contract of Email setupof SEBISEBI/GSD/ITD/RFP/2018/12/01December 07, 2018January 15, 2019 before 3:00 pmPage 1 of 42

TABLE OF CONTENTSS/N123456Sub Topic / HeadingS/NList of AbbreviationsIntroduction to Securities and Exchange Boardof India (SEBI)Purpose of RFPCurrent SetupaHardware setup of PDC and DRbSoftware setup of PDC and DRcOnsite helpdesk of email solutiondFacilities Management Services by existingAMC vendoreBusiness Continuity and Disaster RecoveryfService Level Agreement termsScope of workaMaintain Existing Hardware setup of emailsystembMaintain existing software / application setupof email systemcMaintain existing helpdesk and FMS setup ofemail systemdMaintain Existing Business Continuity andDisaster RecoveryeRevised SLA termsfReadiness to provide CAL licenses fromMicrosoftVendor EligibilityaGeneral vendor eligibilitybVendor eligibility for hardware supportcVendor Eligibility for software supportdVendor eligibility for helpdesk, FMS and SLAmanagementPayment TermsPage No45568889101011111111121214151517171818Page 2 of 42

78ab9101112ab131415161718DeliverablesTwo – bid tender processTechnical BidCommercial bidTerms and conditions of responding to this RFPEarnest Money DepositImportant datesBid evaluation processTechnical EvaluationCommercial Evaluation19191921212425252527Annexure A – Hardware and Software Bill ofmaterialAnnexure B – Checklist for Technical bidAnnexure C – Cover form for Technical bidAnnexure D – Format for Commercial bidAnnexure E – Help Desk qualified resourcesAnnexure F – Format for Statement ofUnderstanding283536384142Page 3 of 42

List of AbbreviationsToC Abbreviations used in this document, unless explicitly mentioned as otherwise inany section of this document, should be interpreted as GSMTPTMGWOFull FormBill of MaterialDisaster RecoveryEnd of LifeEnd of SupportFacilities Management ServiceHewlett PackardManufacturer’s Authorization FormPrimary Data CentrePurchase OrderResource EngineerSecurities and Exchange Board of IndiaService Level AgreementSymantec Mail GatewaySimple Mail Transfer ProtocolThreat Management GatewayWork OrderPage 4 of 42

1. Introduction to Securities and Exchange Board of India (SEBI)ToC Securities and Exchange Board of India (hereinafter referred as SEBI) wasestablished under an Act of Parliament, to protect the interests of investors insecurities and to promote the development of, and to regulate, the securitiesmarket and for matters connected therewith or incidental thereto.Detailed information on the functions of SEBI is provided on the website,www.sebi.gov.in.2. Purpose of RFPToC SEBI invites proposal for Annual Maintenance Contract of its existing Enterprisewide electronic Email System. The bidding entities will be selected after theevaluation of technical and financial bids. The selected bidder will work withSEBI in maintaining the current infrastructure of Enterprise Email setup withinSEBI for a maximum period of 1 (one) year.The scope of the contract includes maintenance and support of Email system atPrimary Data Center (PDC) in Mumbai and Disaster Recovery (DR) Site inChennai with required Support contracts from OEMs and software vendors andmaintaining a crew of Resource Engineers for facilities management andhelpdesk services. As part of maintenance and support takeover of the existingsetup, selected bidder should ensure that no changes are made to the existingfunctionalities of the Email Setup.This RFP contains SEBI’s requirements and expectations for maintenance andsupport of the existing Enterprise wide Email System. Bidders are requested togo through this document carefully and submit their responses which in theiropinion are the most appropriate to meet SEBI’s requirements. To gain anyfurther understanding of SEBI’s requirements bidders are encouraged to reviewthe existing setup in person, by technically competent representatives of thebidding entity.Page 5 of 42

3. Current SetupToC The current email setup of SEBI is distributed across its PDC site in Mumbaiand DR site in Chennai. The PDC is hosting the active instance of Exchangeserver application along with its peripheral support and security applications.The DR site hosts a reduced capacity implementation of PDC setup, runningin passive mode, with a near real time synching frequency. There are over800 users in the domain and the user base may increase in the next one year.The mail is accessible through Outlook email client, over the browser in LAN,over internet VPN of SEBI and mobile phones (Android and iOS based).BranchRegionalOfficeBackup ows 2008 ActiveDirectoryBranchFirewallMain Data CenterBranchRegionalOfficeBranchFigure 1: AD setup and connectivityPage 6 of 42InternetWindows 2008 ActiveDirectory

The main components of the mailing solution are as follows:I.II.III.IV.V.Messaging serverDirectory serverMessaging clients (Web, Outlook, Mobiles)Enterprise Calendar serverContactsIn addition to the above front-end functional component, back-endcomponents like :I. Load BalancersII. Anti-Spam systemIII. Threat management gatewayIV. Archival system andV. DHCPFigure 2: Representation layout for email setup – one sitePage 7 of 42

a. Hardware setup of PDC and DRToC The OEMs of hardware the infrastructure on which the email setup ishosted are as follows:i. Hewlett Packard enterprise India Pvt. Ltd.ii. Dell Enterprise Ltd.iii. Fortinet Inc. USAiv. Riverbed Technology Inc. USAv. Array Networks Inc. USAThe detailed bill of material is enclosed at Annexure A – HW / SWBOMb. Software setup of PDC and DRToC The software manufacturers / licensors of the software applicationsthat constitute the email setup of SEBI are as follows:i. Microsoft Inc, USA.ii. Hewlett Packard enterprise India Pvt. Ltd.iii. GFI Software, Aurea SMB Solutions, USAiv. Symantec Inc. USAThe detailed bill of material is enclosed at Annexure A – HW / SWBOMc. Onsite helpdesk of email solutionToC As per current arrangement, a helpdesk services is provided to SEBI bythe existing AMC vendor. Help desk is be responsible for resolvingissues in the software, network and hardware in the current setup.i. All interactions with user will be assigned a ticket number andthe number are be given to the user along with theidentification of the agent.ii. Helpdesk have qualifiedengineers tohandleproposed applications/systems.Page 8 of 42

iii. All interactions are noted on system. The transactions are alsobe monitored – on a statistically appropriate sampling basis toassess service level as well as delivery effectiveness and forproviding training/ feedback to help desk personal.iv. All the SLA monitoring and tracking are done by Helpdeskv. All complaints/ grievances of user are recorded and followed upfor resolution, if necessary, in coordination with departments.The user is kept informed of the progress of resolution and thefinal resolution.vi. Helpdesk working window: 08:00 A.M to 07:00 P.M [Monday toSunday]. A Team of 4 to 5 personnel currently constitute theHelpdesk.vii. Other important activities include but not limit to:a)b)c)d)e)f)g)Troubleshooting and management of Exchange serverApplicationSupport to MS Outlook Client Applications on userdesktopsSupport for Email client on mobile phones of users.Management of peripheral applications like TMG, AD, GFIachiever etc.Ensuring backup of all systems and data as per existingscope, schedule and procedures.Troubleshooting and management of hardware including,servers, network and security devices and storage devices.Facilitate in conducting DR drills for the email setup, twotimes in a year.d. Facilities Management Services by existing AMC vendorToC Vendor maintains FMS effectively to address the user level issues andtechnical level issues, and also guarantee at least 99.9% up-time of thesystem from 12.00 AM to 12.00PM from Monday to Sunday (24x7).Page 9 of 42

e. Business Continuity and Disaster RecoveryToC DR drills are conducted four times a year to ensure DR readiness andeffectiveness of BCP in case of disruptions. Existing vendor providesnecessary support and services onsite at PDC and DR during such drillsand local presence of the vendor ensures seamless service at bothlocations.f. Service Level Agreement termsToC Existing SLA management framework is based upon multipleparameters as follows:i.ii.iii.iv.v.vi.vii.viii.SLA for Application/Component AvailabilitySLA for Integrated SolutionSLA for performance managementSLA for the Security ServicesSLA for Manpower AvailabilitySLA for BackupSLA for Incident ManagementSLA for Problem ManagementPage 10 of 42

4. Scope of workToC Selected bidder is required to provide end-to-end comprehensive AnnualMaintenance Contract (AMC) of existing Email setup of SEBI. This wouldinclude:a. Maintain Existing Hardware setup of email systemToC All existing hardware, which includes servers, storages, networkequipment, security equipment, tape library etc. as mentioned inAnnexure A – Hardware and Software BOM, should becomprehensively covered under AMC, with back to back supportcontracts from the OEMs, valid for a period of one year, extendable upto a period of next six months.b. Maintain Existing software/application setup of email system ToC The software / applications that constitute the email setup of SEBI,which include Mail server applications, Client applications, Securityapplications and associated / supporting applications, as mentioned inAnnexure A – Hardware and Software BOM, should becomprehensively covered under AMC, with back to back supportcontracts existing from the software seller, IPR holder or licensor, validfor a period of one year, extendable up to a period of next six months.c. Maintain Existing helpdesk and FMS setup of email systemToC The exact structure and operations for support services should bemaintained by the selected bidder as part of the comprehensive AMC.This includes the helpdesk and FMS operations. Onsite Helpdesk ofsame strength of qualified professionals should be maintained at PDC.In case of disaster, when operations are to be shifted to DR site inPage 11 of 42

Chennai, resources have to be deployed within a time span of 3 hoursor less. Similarly, FMS services have to be maintained 27 X 7 andadherence to SLA terms as mentioned in section 4.d is of utmostimportance.d. Maintain Existing Business Continuity and Disaster Recovery ToC DR drills are to be conducted four times a year and reports are to besubmitted to SEBI, to ensure DR readiness and effectiveness of BCP incase of disruptions. Chosen vendor should provides necessary supportand services onsite at PDC and DR during such drills and ensure localpresence for seamless service at both locations. There should be anapproximate gap of 75 to 80 days between consecutive DR drills.e. Revised SLA termsToC Scheduled and pre-approved downtimes will not be included incalculation of SLA penalties. Such downtime should be limited to amaximum of 4 hours in a quarter. The revised Service Level Agreementterms during the AMC period is as follows:I.Server / device / application downtimeTable 1: SLA matrix for server device/applicationComponentDowntime / resolution timeAvailabilityAll devices andFor any incident reported onapplicationor before 11:00 am of a day,softwarethe same should be resolvedby close of business thatday. An incident reportedafter 11:00 am of a day thesame should get resolvedbefore 11:00am next day.PenaltyBreach inresolution timewould attract1% penalty onthe quarterlyAMC chargescorrespondingPage 12 of 42

to that deviceor application.Vender is required to provide monthly report against this SLA.II.Unavailability of support services and escalationVendor is required to submit day wise attendance report for helpdesk,on a monthly basis with in and out time of each helpdesk staffTable 2: SLA matrix for support servicesComponentUnavailability / nonAvailabilityresponsive nessAvailability of Vendor is required tohelpdeskmaintain a minimum of 80%resourcesman hour presence for all(team of 5working days of the monthmembers )(32 man hours per day for 5people assuming 8 hour shift)and 20% man hour presencefor all non-working days ofFMSthe month (8 man hours peroperationsday assuming 8 hours shift for5 person)PenaltyBreachintheminimum requiredavailabilityofhelpdeskwouldattract a 1% penaltyon the quarterlyamount for helpdeskand FMS, for eachmonth.Replacement resource from vendor, to avoid helpdesk SLA breach, ispermitted, provided, the replacement resource is well qualified forthe role and the cumulative days of replacement resource should notPage 13 of 42

be more than 10 man-days in a month or 10 man days at a stretch(consecutive-days)Escalation should result in email communication from OEM /software licensor that ticket is raised and is worked upon.f. Readiness to provide CAL licenses from MicrosoftToC While there are currently sufficient CAL licenses to cover theoperations of email setup of SEBI, the near future requirement maysuddenly increase with newer requirements arising from userdepartments. To cover such requirements, CAL licenses from M/sMicrosoft Inc. will be required, so vide this section of RFP, suchprovisions are made. The bidder is required to quote for 200 (TwoHundred) CAL licenses in the commercial bid. SEBI reserves the rightto procure these 200 CAL licenses or a part of it, at its discretion. Itmay also happen that these 200 CAL licenses are not required duringthe whole AMC period and may not be procured.Bidder will make a distinct line item for these 200 CAL licenses in thecommercial bid and quoted rates will be binding on bidder if selected,for the whole period of AMC. The quoted amount of these 200 CALlicenses should be included in the total amount of commercial bid andwill be considered in commercial evaluation.If SEBI procures these 200 CAL licenses or a part of it, the vendor willraise bills for the actual procurement at the end of the quarter whensuch procurement is done from SEBI at the quoted rates.Page 14 of 42

5. Vendor EligibilityToC Following are the list of mandatory criteria that are to be fulfilled by thevendor to bid in response to this RFP:a. General vendor eligibilityFinancial worth ofBidderBona fide bidder’s identityCriteriaheadRequirementBidding entity should be acompany or group of sistercompanies (hereafter referred asthe bidding company or bidder)registered by the Ministry ofCorporate Affairs (MoCA)The net worth of the companyshould be Rs. 10 Crores or morefor the two financial years out oflast three financial years or Rs. 10Crores or more for three financialyears out of last five financialyears.ToC Documents /Submissions requiredBidder is required toprovide a legible copyofi its certificate ofincorporationANDii Its PAN detailsANDiii Its GST details(from wherever itproposes to carryout billing)as proof to qualify thiseligibility criteriaThe bidder is requiredto submit the copiesof its audited annualbalance sheet of thei. 3 financial yearsORii. 5 financial yearsfor which, company ismeeting the criteria.Page 15 of 42

At least two projects of similarnature in which1. both of AMC type, withimplementation done by adifferent vendor.Past relevant experience of bidderOR2. bothofEmailimplementationmanagementIn all the casesdocumentary proofof awarding of orderandproofofsuccessfulcompletionofprojects have to besubmitted.setupandOR3. one of AMC type withimplementationfromseparate vendor and one ofemail implementation andmanagementIn all of the above cases, the WO,PO or contract should be for aduration of 2 years or more andthe total value of AMC in all WO /PO/Contract should be Rs. 25 Lakhor more. If AMC is not part ofscope of work in PO, the totalvalue of PO/WO/contract shouldbe Rs. 50 Lakhs or more.Page 16 of 42

CriteriaheadRequirementBidder’s capability tosupport andmaintain hardwareBoM itemsb. Vendor eligibility for hardware supportBiddingentityshoulddemonstrate reliable proofthat the hardware items will bemaintained properly by thebidder, if it is selected. For this,the bidder is required to havesupport contracts with allOEMs of the items in the BoM.c. Vendor Eligibility for software supportBidder’s capability to supportand maintain software demonstrate reliable proofthat the hardware items will bemaintained properly by thebidder, if it is selected. For this,the bidder is required to havesupport contracts with allSoftware licensors / IPRholders of the items in theBoM.ToC Documents /SubmissionsrequiredBidder is required toprovidedocumentary proofthat it has a MAFfrom least one OEM(preferably HP – theOEM of major part ofH/w BoM)ToC Documents /SubmissionsrequiredBidder is required toprovidedocumentary proofthat it is a certifiedpartner of at leastoneSoftwarelicensors/IPRholders (preferablyMicrosoft – theSoftware licensors ofmajor part of S/wBoM)Page 17 of 42

d. Vendor eligibility for helpdesk, FMS and SLA managementBidder’s capability tosupport and maintain FMSSLA requirementsCriteriaheadToC RequirementDocuments /SubmissionsrequiredBidding entity is required to Bidder is required toassurecapabilityon-site provideservices to meet the helpdesk documentary proofand FMS SLA requirementsthat bidder is havingofficeatbothMumbai and Chennailocations to provideon-site support atboth PDC and DRlocations.6. Payment TermsToC a. Billing will only start from –i. May 01, 2019ORii. Date of acceptance of AMC and Support Serviceswhichever is later. For Acceptance of AMC and support services, it isrequired that selected bidder (hereafter known as – vendor) shouldsubmit documentary proof of back-to-back support contracts made bythe vendor with each OEMs and Software licensors / IPR holders ofitems mentioned in the BoM, on behalf of SEBI. Additionally, a PBG of20% value of the contract should be submitted to cover damages dueto delay and non-performance.b. Billing should be done on quarterly arrear basis. Bills should beaccompanied with SLA compliance matrix for that quarter.Page 18 of 42

7. DeliverablesToC Following deliverables have to be submitted to SEBI as part of the acceptanceprocess -a. Performance Bank Guarantee (PBG) amounting to 20% base value(without taxes) of the contract.b. Documentary proof of back-to-back support contracts made by thevendor with each OEMs and Software licensors / IPR holders of itemsmentioned in the BoM, on behalf of SEBI. In case OEM / softwarelicensor has discontinued support for any item in the BoM, Vendor isrequired to provide documentary proof of discontinuation of supportfor each such line item. In such a case, support for such line itemsshould be provided by the vendor on best effort basis.c. Escalation matrix with names of personnel, their roles, their contactdetails and the timeline by which they should be contacted, in case ofany incident.8. Two – bid tender processToC This RFP requires a response in form of two part bids - One Technical andOne Commercial.a. Technical BidToC The Technical bid should be sealed in a separate envelope and clearlymarked "Technical bid for Annual Maintenance Contract for Emailsetup of SEBI- RFP No. SEBI/GSD/ITD/RFP/2018/12/01". The Technicalbid should be addressed to:Page 19 of 42

GM-ITDSECURITIES & EXCHANGE BOARD of INDIASEBI BHAVAN - Plot No C4 A, 'G' BlockBANDRA-KURLA COMPLEX, BANDRA(E)MUMBAI- 400051The technical bid envelope should contain:i. All submissions except any price related information of any ofthe deliverables of the bid. Refer Annexure C – Checklist forTechnical Bidii. The technical bid envelope should contain the Earnest moneydeposit Bank draft / banker's cheque on top, along with acover letter on company letter head that details the singlepoint of contact (email id, phone and fax number) of thebidding company for all communications related to this RFPand the evaluation process.iii. The technical bid envelope should be sealed with biddercompany's official stamp and seal at all seams, signed by anauthorized signatory of the company.iv. The envelope should be dated with the submission date of thetwo-part bid. The envelope should clearly show the biddingcompany's name and logo. All pages of the technical bidshould be initialed and stamped by the authorized signatoryof the bidding company.v. Two more separate envelopes marked "Technical Bids forAnnual Maintenance Contract and IT Services - COPIES - RFPNo. SEBI/GSD/ITD/RFP/2018/12/01" that contains thephotocopies of all contents of the technical bid envelopeshould be provided. These envelopes should be sealed in thesame manner as Technical bid envelope.vi. Masked commercial bidPage 20 of 42

b. Commercial bidToC The Commercial bid should be enclosed in a separate envelope thatshould be marked "Commercial bid for Annual Maintenance Contractand IT Services - RFP No. SEBI/GSD/ITD/RFP/2018/12/01".Following may be noted and adhered to while submitting thecommercial bid:i.The commercial bid should contain itemized list of deliverableswith unit price for one year and total price of the item for oneyears, preferably in the format mentioned in Section 16 of thisRFP.ii.The total price of the bid for services for a period of one yearshould be clearly written in figure and words.iii.All pages of the commercial bid should be on the biddingcompany letterhead, duly stamped with the bidding companyseal, and signed on all pages with date by an authorizedsignatory of the bidding company.iv.The commercial bid envelope should be sealed with biddercompany's official stamp and seal at all seams, signed by anauthorized signatory of the company. The envelope should bedated with the submission date of the two-part bid.v.The envelope should clearly show the bidding company's nameand logo. NO ADDITIONAL COPIES OF THE COMMERCIAL BIDSSHOULD BE SUBMITTED.9. Terms and conditions of responding to this RFPToC a. Clarifications to the RFP: The Bidder shall carefully examine andunderstand the existing enterprise mail and messaging setup ofSEBI to ensure that they have understood allPage 21 of 42

rstanding the existing setup may be submitted to SEBIbefore 10 days from last date of response submission, to theemail id - email-amc@sebi.gov.in along with the biddercredentials/profile as given in eligibility criteria. The Bidder’s Bidshould not carry any sections like clarifications, 'as orally told',‘to be discussed’, interpretations and assumptions. With thesubmission of the Bid, the Bidder acknowledges that he/she hascarefully studied and understood the RFP in complete.b. Bogus or misleading information submitted in the bid: If anyinformation provided as part of the bid submission is bogus oridentified as misleading, SEBI reserves the right to disqualify thebids of the bidding company. In that case, the Earnest MoneyDeposit submitted by the bidder may not be returned.c. Bids that do not contain Earnest Money Deposit: Technical bidsthat do not contain the earnest money deposit in form of Bankdraft or Banker's Cheque of Rs.1,00,000/- (Rupees One LakhOnly) payable to "SECURITIES AND EXCHANGE BOARD ofINDIA"; will be summarily rejected.d. Resolution of disparity in quoted prices in the bid: If theitemized prices in the commercial bid do not add up to the totalprice of the bid, the total price of the bid will only be consideredfor commercial bid evaluation and the lesser of the itemizedprice total and the mentioned total will only be the payableprice for SEBI. In case there is a disparity in the total pricementioned in figure and in words, the price mentioned in wordswill only be used for evaluation and the lower of the total pricementioned in figures and that mentioned in words will bepayable by SEBI.Page 22 of 42

e. If the best bidder refuses to accept the contract: In case theselected bidder refuses to accept the contract, the full earnestmoney deposit of that bidder will be deemed non-refundable.f. Quality of service: Bona fide service providers will be engagedto provide services mentioned in the contract. The period ofcontract for such services will be ONE year.g. In case the final price in the commercial bid is not clearlymentioned: In case the final price in the commercial bid is notclearly mentioned for a total of one year, or the prices aresubjected to terms and conditions that may change the pricevalue of the contract, then the commercial bid will be rejected.h. Incomplete Technical or Commercial bids: Incomplete Technicalor Commercial bids will be summarily rejected and the earnestmoney deposit will not be returned. A bid will be consideredincomplete if any of the documents mentioned for submissionas part of the technical or commercial bid is not available in thesubmitted envelope. In case, such a submission is in form of adeclaration on company letter-head, it may be noted that foreach declaration that the bidding company has to submit as partof the bid, separate letters may be prepared and submitted. Itis advised that each letter contain due reference to pertinentsections of the RFP, for which the letter is provided.i. Prices: All prices mentioned in the commercial bids should be inIndian Rupees (INR). Taxes will be payable extra as actuals.j. In case equipment (Software/Hardware) goes out ofwarranty/support: In case equipment (Software/Hardware)goes out of warranty/support and gets upgraded during thecontract period, vendor is expected to provide support for theequipment on best effort basis at no additional cost to SEBI.Page 23 of 42

k. Additional On-site resources: Service provider must be able toprovide additional on-site engineers, at the price quoted, duringthe contract term, in case SEBI desires so.l. Bidder should not be a black-listed entity: The Bidder should nothave been debarred/ blacklisted for corrupt and fraudulentpractices by the Govt. of India / State Governments / RegulatoryAgencies / PSU/other institutions.m. Reduction of line-items from BoM: SEBI reserves the right toremove line items from the BoM or AMC support. Accordinglythe cost incurred due to the reduced BoM will only be payableby SEBI.10.Earnest Money DepositToC Bidder is required to submit an Earnest Money Deposit in the form of ademand draft / banker's cheque of Rs.1,00,000/- (Rupees One Lakh Only),payable to "Securities And Exchange Board of India" with a validity of atleast 3 months from the date of submission of the bid. EMD will be used forcovering damages under the following conditions:a. If the selected bidder fails to provide the services, either by notentering into contract with SEBI or otherwise,b. If the selected bidder has not submitted PBG of the required value.SEBI reserves the right to deduct liquidated damages /penalty incurred dueto non-availability of service, from EMD amount of the selected bidder.EMD amounts of bidders who are not selected in the selection process, willbe returned to those bidders shortly after the declaration of selected bidder.Page 24 of 42

11.Important datesToC Following timelines have been set for the tender process:S/N MilestonesDate of Completion1.Request for Proposal (RFP) release date07 December 20182.Last date for bidder to request visit oftechnical representative04 January 20193.Last date for submission of response toRFP (tender closure)15 January 20193:00 PM4.Opening of technical bids15 January 20194:00 PM5.Finalization of technical evaluation anddeclaration of technically qualifiedbidder31 January 20196.Commercial bid opening and declaration08 February 2019of successful bidder12.Bid evaluation processToC Response to this RFP would be evaluated in two phases. Initially technicalbids will be opened and evaluated. Those bidders who satisfy the technicalrequirements of the solution, as per the requirements/specifications andthe terms and conditions of this RFP, shall be short-listed. Commercial bidsshall be opened only for the short-listed bidders who have qualified in thetechnical bid.a.Technical EvaluationToC The proposals will be technically evaluated using a evaluation gridbased on various components. Each response to the RFP from eachbidder will be validated against the RFP requirements. The decision ofSEBI will be final and binding upon all bidders in this case. The scoringprocess will be based on following components:Page 25 of 42

S.No. Criteria1.ConditionValid identity documents (Cert. of All 3 documents areregistration, PAN and GST)mandatoryFinancial worth of Bidder2.Mandatory to fulfill any1 condition out of 2 asper section 5.a above3.Past relevant experience of bidder Mandatory to fulfill any1 condition out of 3 asper section 5.a above4.Bidder’s capability to support and Mandatory to providemaintain hardware BoM itemsMAF from one OEM(preferable HP – theOEM for major part ofH/w BoM)5.Bidder’s capability to support and Mandatory to providemaintain software BoM itemspartnership certificatefrom Software licensors/ IPR holders (preferablyMicrosoft Gold partners)6.Bidder’s capability to support and Mandatory to providemaintain FMS SLA requirementsdocumentary evidencethat the bidder is havingoffices in Mumbai andChennaiOnly the bidders who fulfill all the above conditions will be consideredtechnically qualified and considered for commercial evaluation.The bidder shall provide along with the technical proposal a copy ofmasked price bid so as to enable SEBI to understand the line itemsincluded in the proposal.Page 26 of 42

b.Commercial EvaluationToC The shortlisted bidder whose commercial bid quotes the least totalcost of the contract for a period of one year, will be deemed winner ofthe bid. Please refer to terms and conditions of the RFP for details(Refer Section 9).Page 27 of 42

13.Annexure A – Hardware and software Bill of materialToC Primary Data Center - HardwareSr.No1Subno.Items Head ClassificationsDescriptionsQtyHardware components1.11.21

d) Management of peripheral applications like TMG, AD, GFI achiever etc. e) Ensuring backup of all systems and data as per existing scope, schedule and procedures. f) Troubleshooting and management of hardware including, servers, network and security devices and storage devices. g) Facilitate in conducting DR drills for the email setup, two