Post on 02-Sep-2018
Page 1 of 61
AIR INDIA LIMITED
Tender for procurement of Microsoft Licenses, Servers and Implementation of Active Directory in Air India and its Associate Companies
REGISTERED OFFICE: AIR INDIA LIMITED, AIRLINES HOUSE 113, GURUDWARA RAKABGANJ ROAD NEW DELHI-110001
18TH May 2015 ______________________
Page 2 of 61
DISCLAIMER The information contained in this TENDER or subsequently provided to applicant(s)/bidder(s)
whether verbally or in documentary or any other form by or on behalf of Air India, is provided
to the applicant(s)/bidder(s) on the terms and conditions set out in this TENDER and such other
terms and conditions subject to which such information is provided.
This TENDER is not an agreement and is neither an offer nor invitation by Air India to the
prospective applicant(s)/bidder(s) or any other person. The purpose of this TENDER is to
provide interested parties with information that may be useful to them in making their
technical and commercial offers pursuant to this TENDER.
While the document has been prepared in good faith, no representation or warranty, express
or implied, is or will be made, and no responsibility or liability will be accepted by Air India (AI)
or any of its employees, in relation to the accuracy or completeness of this document and any
liability thereof is expressly disclaimed. No contractual obligation on behalf of Air India,
whatsoever, shall arise from the offer process unless and until a formal contract is signed and
executed by duly authorized officers of Air India and the bidder.
Air India make no representation or warranty and shall have no liability to any person, including
any applicant or bidder under any law, statute, rules or regulations or tort, principles of
restitution or unjust enrichment or otherwise for any loss, damages, cost or expense which
may arise from or be incurred or suffered on account of anything contained in this TENDER or
otherwise, including the accuracy, adequacy, correctness, completeness or reliability of the
TENDER and any assessment, assumption, statement or information contained therein or
deemed to form part of this TENDER or arising in any way in the bidding process.
Air India also accepts no liability of any nature whether resulting from negligence or otherwise
howsoever caused arising from reliance of any applicant or bidder upon the statements
contained in this TENDER. AIL reserves the right to cancel the tender, if so desired, at any
stage without making any reference to the Bidder(s).
Page 3 of 61
Important Information
Tender for procurement, of Microsoft Licenses, Servers and Implementation of Active Directory in Air India and its Associate Companies
1 TENDER Ref. No No.AI/DIT/MSAD/2015-16 dated 18.05.2015
2 Pre-bid meeting and for receipt of
queries from bidder 01.06.2015
3 Last date for hosting of clarifications /
Amendments, if any. 08.06.2015
4 Last date and time for bid submission 17.06.2015 upto 1500 hrs
5 Place of submission of Bids Office of Executive Director (Materials Management) Materials Management Department Air India Ltd. Safdarjung Airport, New Delhi-110003
6 Date and Time of Technical Bid
Opening 17.06.2015 upto 1530 hrs
7 Earnest Money Deposit (EMD) Rs. 2,00,000 (Rupees Two Lakhs only)
8 Address for Communication 1.For General Terms & Conditions Mr. Santi Lal Sharma, Asst. General Manager (MM) Materials Management Dept.,Air India Ltd. SafdarjungAirport,New Delhi – 110 003, INDIA Email: shanti.sharma@airindia.in Ph.No.011-24604478 2.For Technical clarifications (a) Mr. V. P. Puranik AGM (S/M), DIT, Air India, Old Airport, Kalina, Santakruz (East), Mumbai. Email: vp.puranik@airindia.in Ph: 022-26263363 (b) Mr. Sunil Kumar Bansal AGM (S/M), DIR , Air India Ltd, Computer Centre, New Delhi – 110037, INDIA Email: sunil.bansal@airindia.in
Ph: 011-25672829
Bids will be opened in the presence of bidders’ representatives who choose to attend.
The bidders’ representatives must carry a letter of authority on the firm’s letter-head
from the authorized signatory of the applicant/bidder, or any other valid document,
authorizing them to attend the bid opening, failing which they will not be permitted to
participate in bid opening process.
Page 4 of 61
TABLE OF CONTENTS
Item No. Details Page No. 1 Tender Requirements and Terms 5-22
2 Annexure-I: General terms & Conditions 23-29
3 Annexure- II: Mandatory Deliverables – MS Licenses, Hardware, Software etc. (Mandatory Requirement- Technical Bid Response)
30-31
4 Annexure- III : Functional and Technical Requirements (Mandatory Requirement- Technical Bid Response)
32-33
5 Annexure- IV: Technical Specifications of Hardware (Servers, Monitors, KVM Switch, Console etc.)-- (Mandatory Requirement- Technical Bid Response)
34-39
6 Annexure-V: Summary of location-wise numbers and delivery locations of Server Hardware, Microsoft Licenses and other items
40-43
7 Annexure- VI: Pre-Qualification Criteria (Mandatory Minimum Eligibility Criteria-Technical Bid Response)
44-46
8 Annexure- VII : Undertaking on bidder’s letter head (Technical Bid Response)
47-47
9 Annexure- VIII : Manufacturers Authorization Forms 48-49
10 Annexure- IX : Tender’s Compliance Statement (On Bidder’s Letter Head) (Technical Bid Response) 50-50
11 Annexure- X : Bidder’s Profile (Technical Bid Response)
51-51
12 Annexure-XI: Reference letter details for Microsoft Active Directory Implementation
52-52
13 Annexure- XII : NON-DISCLOSURE AGREEMENT (On the Letterhead of the bidder)---(Technical Bid Response)
53-53
14 Annexure- XIII : P R I C E B I D F O R M A T (Financial Bid Response)
54-60
15 Annexure- XIV : Check-list 61-61
Page 5 of 61
Tender Requirements and Terms 1. Introduction
Air India Limited (AI) is a fully owned Government of India public sector undertaking. Air India Limited (hereinafter referred to as “Air India”) has been incorporated under the Companies Act 1956. Earlier, the erstwhile Indian Airlines Ltd. and erstwhile Air India Ltd were amalgamated effective 1st April, 2007 into National Aviation Company of India Ltd.(NACIL) renamed Air India. Air India, now a Star Alliance Partner, is a full service airline and currently operates to 62 stations on the domestic network and 31 stations worldwide with substantial presence in Gulf, South East Asia, Far East, Australia, America & Europe.
Air India Ltd has three operational airline units consisting of Air India (AI) operating full service
flights, with narrow and wide-body aircraft covering both Domestic and International markets;
Air India Charters Ltd.(AICL) known as Air India Express (IX), a fully owned airline subsidiary
company, operates low- cost services, primarily to Gulf and South East Asia and Alliance Air
(AASL), a fully owned airline subsidiary company operating domestic feeder services using turbo
props and regional jets. Air India also has a fully owned operational hotel subsidiary namely
Hotel Corporation of India Limited operating as Centaur Hotels & flight kitchens. Air India also
has a fully owned subsidiary company – Air India Air Transport Services Limited (AIATSL)
providing ground handling services to Air India and to other airlines at Indian airports and a fully
owned subsidiary company – Air India Engineering Services Limited (AIESL) providing
engineering services to Air India and to other airlines. Air India also has a 50:50 joint venture
with SATS (Singapore Airport Terminal Services) for carrying out ground handling activities at
Hyderabad, Bangalore, Delhi, Trivandrum and Mangalore.
Air India and its Associate Companies’ function from their various offices, airport setups,
workshops, etc. spread over many cities and locations across the globe. Mumbai and Delhi are
the major operational hubs of the airlines with significant setups at Kolkata, Hyderabad,
Chennai, Bangalore and Thiruvananthapuram.
2. BACKGROUND
There are challenges in managing various network elements (users, applications, devices, etc.),
installed at various Air India locations in India. Currently the devices are configured in
workgroup environment and there is no centralized management and control for these devices
and network elements. Apart from this, there is no direct means to manage the end user
desktops from a central location to implement various policies which result in huge wastage of
time and manpower efforts.
Air India is therefore implementing Active directory to create a network infrastructure that will
help Air India and its subsidiaries’ manage and secure its environment by providing network
operating system services like management of network elements (users, applications, devices,
etc.), a repository of security data for authentication and authorization, an Open platform for
application development and integration with other systems and set up Group Polices that can
Page 6 of 61
be applied across network to Configure and Centrally Manage User environments.
3. SCOPE OF WORK:
3.1 Deliverables
The bidder shall provide the complete Turnkey Solution towards procurement and implementation of Microsoft Active Directory Solution including the purchase of Microsoft Licenses and related Hardware. The deliverables to be provided by bidder are listed at Annexure-II, which are all mandatory. The functional and technical requirements have been listed at Annexure-III and technical specifications of Hardware are given at Annexure-IV. 3.2 Implementation of Active Directory
The selected bidder will be required to implement the complete Microsoft Active Directory Solution as per AI requirements. The detailed technical architecture & location wise implementation plan of Microsoft Active Directory Solution will be discussed and finalized with Air India technical team immediately after the award of Purchase Order. The broad plan of Active Directory architecture is given below:
a) Implementation of Central Root Active Directory Domain Controller 2012 R2 at Air
India Office Locations at Computer Centre, Delhi IT Hqrs and Old Airport Data
Centre, Mumbai (Total 02 Servers, one at each of these locations)
Install & Configure Primary Active Directory Domain Controller services
Install & Configure Additional Active Directory Domain Controllers (local)
Install & Configure DNS Server
Create OU Structure based on different user locations
Create User accounts in AD
Join workstations from different locations to AD
Deploy Administrative OU Group Policies
Migrate User Profiles on Workstation
b) Implementation of Active Directory Child Domain Controllers 2012 R2 at Delhi,
Mumbai, Chennai & Kolkata (Total 12 Servers: 02 Servers at Delhi IT Hqrs, 02
Servers at Mumbai Old Airport Data Centre, 02 Servers at Delhi-Northern Region,
02 Servers at Kolkata-Eastern Region, 02 Servers at Mumbai-Western Region and 02
Servers at Chennai-Southern Region)
Install & Configure Child Domain Controller Services and additional Active
Directory Domain Controllers to Child Domain Controllers
Install & Configure DNS Server
Verify Additional Domain controller services
Replicate Group Policies from Primary PDC
Page 7 of 61
c) Implementation of Read Only Directory Domain 2012 R2 Controllers at Delhi,
Chennai, Kolkata, Mumbai, Hyderabad, Kochi and Bangalore ( Total 08 Servers; 02
servers at Mumbai and 01 each at remaining locations)
Install & Configure Read Only Domain Controller to PDC/Child Domain
Controllers
Install & Configure DNS Server
Verify Additional Domain controller services
Replicate Group Policies from Primary PDC/Child Domain Controllers
3.3 Installation & Commissioning of Systems
i. The successful bidder would need to physically install and configure the Servers (qty: 22 nos) and other Hardware at various Air India Locations as mentioned at Annexure-V of this RFP. (Total 07 stations viz Delhi, Mumbai, Kolkata, Chennai, Hyderabad, Bangalore and Kochi). In one station, there would be multiple locations where servers will be installed)
ii. The successful bidder shall install 5871 Microsoft Licenses (Device CALs) being procured for as many desktops/servers deployed at various Air India Locations.
iii. The successful bidder needs to implement Active Directory at all Air India locations as per AI functional and technical requirements listed at Annexure-III. The selected bidder’s Engineer/s, who should be MCITP (Microsoft Certified IT professional), would be required to visit at their own cost at all the locations/offices in seven metros viz. Delhi, Mumbai, Kolkata, Chennai, Hyderabad, Bangalore and Kochi. At remaining AI stations, the engineer of the successful bidder would configure the desktops remotely with the help of Air India FMS Engineers.
3.4 Technical / Server Administration Training
i. The bidder has to provide complete technical training to Air India technical team at any
of the 2-3 locations out of six stations viz. Delhi, Kolkata, Chennai, Mumbai, Hyderabad and Bangalore at Air India premises on Microsoft Active Directory through Microsoft certified training partner.
ii. There would be 3 batches of 15 engineers each and duration of each batch would be 3 days.
iii. The course contents will be decided mutually by Air India and bidder and the same shall be vetted by Microsoft/Microsoft certified training partner.
4. PRE QUALIFYING / ELIGIBILITY CRITERIA-MANDATORY
4.1 The qualification for selecting a bidder will primarily depend upon the level of expertise
and experience, capacity and capability of the bidder for the procurement of Microsoft
Licenses, Servers and Implementation of Active directory for Air India. The qualification
criteria for eligibility of the applicants to participate in the Tender process shall be as per
Annexure-VI. The proposals received from the applicants / bidders who do not fulfil any
of the eligibility criteria mentioned in Annexure-VI will be rejected.
Page 8 of 61
4.2 Non-fulfilment of the aforesaid pre-qualification criteria and not providing any of the
requisite documents stated above or furnishing incomplete/incorrect submissions as per
the above list would lead to disqualification of bid / proposal and no correspondence
whatsoever would be entertained by Air India in this regard. Air India reserves the right
to call for clarification / submission of additional documents, if deemed fit from the
bidder.
4.3 A Compliance certificate duly signed and stamped by the authorized signatory of
acceptance of all the terms and conditions of the Tender should be submitted on the
applicant’s / bidder’s letter head in the format as given at Annexure- IX.
4.4 The applicants / bidders must comply with all criteria mentioned in the Tender and shall
furnish all relevant documents in support of the information submitted in the bid /
proposal. Air India reserves the right to verify/evaluate the information submitted by
the applicants / bidders independently and the decision of Air India taken in that regard
shall be final, conclusive and binding upon the applicant / bidder.
5. BIDDING PROCESS (TWO STAGES)
For the purpose of the selection of the successful bidder for Microsoft Licenses, Servers and
Implementation of Active directory as per AI requirements, a two-stage bidding process will be
followed. The applicants / bidders are required to submit their proposals in response to the
TENDER in two parts: Technical Bid (Part-I)
Financial Bid (Part-II)
The applicants/ bidders will have to submit the Technical and Financial Bids along with
supporting documents in physical form. The bidders are required to review before submitting
the bids, the applicable General terms and conditions as per Annexure- I. 5.1 Pre Bid Meeting
Air India will organize a Pre Bid meeting with all the prospective bidders at
Office of the General Manager (Personal) Administrative Building (Ground Floor)
JAL Road, IGI Airport, Terminal 1, Palam New Delhi 110037
on 01/06/2015 to address the queries in connection with the TENDER document. It is essential that all clarifications/queries needs to be submitted to Air India at least three working days prior to pre-bid meeting in either official hard copies or e-mails to the addressee stated under “Important Information”.
Clarifications for such queries shall be provided by Air India or its representative in the pre-bid meeting. It may be noted that no queries of any bidder received one day after the pre-bid conference shall be entertained. Only one authorized representatives of the bidders will be
Page 9 of 61
allowed to attend the Pre-Bid meeting. Clarifications, post pre-bid meeting, will be published under ‘Tender’ section on the Air India website (http://www.airindia.in), up to 7 days before closing dates. No individual clarifications will be sent to the applicants/bidders. 5.2 TECHNICAL BID (Part I) The applicant / bidder will have to submit the Technical Bid in sealed envelope, duly superscripting “Tender No. No.AI/DIT/MSAD/2015-16 Dated 18.05.2015 (Technical Bid)”. Technical Bid will also contain all the Annexures and supporting documents as required under this TENDER. Technical bid needs to be provided with full details and supporting documents as per the requirements of this TENDER. Technical Bid should contain true photocopy of Financial Bid with prices written as ‘XXXXX’ (Applicant should ensure that no price figures have been mentioned, failing which bid will be rejected). In the first stage, only Technical Bids will be opened and evaluated. The technical bids
submitted shall be evaluated in respect of products and services which have been sought under
this TENDER. Only those bids satisfying and meeting the technical eligibility requirements as
specified and determined by AI as meeting the terms and conditions of this document shall be
evaluated for next stage.’
The Technical Bid should consist of the following: i. Earnest Money Deposit as specified in this document ii. A letter on applicant’s / bidder’s letterhead mentioning the following:
a) Details of EMD submitted, technical competence and experience of the applicant/bidder.
b) Certifying that the period of the validity of the bid / proposal is 120 days from the target date of submission of bid, and
c) Confirming that the applicant / bidder have quoted for all the items/services mentioned in the Commercial Bid.
iii. Eligibility Criteria/Pre-Qualification compliance status as per Annexure- VI along with supporting documents.
iv. Manufacturer’s Authorization Form (MAF) in favour of bidder for the following: i. MAF from Microsoft for quoting in the tender, supply and implementation of
Microsoft Active Directory Solution (as per format given at Annexure-VIII). ii. MAF from Hardware OEM for quoting in the tender, supply and installation of
Server Hardware (as per format given at Annexure-VIII). iii. Confirmation from Server Hardware OEM that all quoted Hardware Equipment
will be fully supported and their spares will be available for a minimum period of 05 years from the date of equipment installation and the equipment will not become obsolete during this period.
v. Bidder’s Profile as per Annexure- X on bidder’s letter head. vi. Letter of Authority on applicant’s letter head from Authorized Signatory of the applicant to
sign and submit the bid / proposal. vii. Certificate of Undertaking and Compliance as per Annexure- VII AND Annexure- IX on
Page 10 of 61
applicant’s / bidder’s letter head including acknowledgement to execute Work scope as per the Clause 3 of this tender and commitment to provide required Deliverables (Annexure- II) and comply with all the mandatory Technical and Functional Specifications and Deliverables as per specifications of Annexure- III and Annexure-IV
viii. Non-Disclosure Agreement as per Annexure- XII ix. Check List of documents as per Annexure- XIV on applicant’s letter head x. Reference letter/s from client for Active Directory implementation as per format given at
Annexure-XI xi. True photocopy of Financial Bid with prices written as ‘XXXXX’ (Applicant should ensure
that no price figures have been mentioned, failing which bid will be rejected) 5.3 FINANCIAL BID (Part II)
To be sealed and super scribed with “Tender No. No.AI/DIT/MSAD/2015-16 Dated 18.05.2015 (Financial Bid)” must confirm to the followings: i. All deliverable prices to be quoted individually against each item in the bid format. ii. Rates/charges to be quoted as per Annexure- XIII in the given Financial Bid format only. No
new format to be used by bidder, as the bid could be rejected on such a ground. iii. Unconditional discount, if any, should be clearly indicated and would be applied to the
quoted price during evaluation. iv. Conditional discount, if offered, will not be considered for the evaluation. 6. EVALUATION PROCESS AND SELECTION CRITERIA 6.1 Technical Bids Evaluation :
The Technical Bids will be evaluated for their ‘compliance to the P.Q. Criteria as indicated in
Annexure-VI and compliance to the Tender requirements and Terms, General Terms &
Conditions (Annexure-I),Mandatory Deliverables (Annexure-II), Functional and Technical
requirements’ of the TENDER (Annexure-III) and Technical Specifications (Annexure- IV). Air
India reserves the right at its sole discretion to seek whatever information, documents, etc.
from the bidder, as it may consider necessary for the purpose of evaluation of the bids.
The evaluation of technical bids shall be done in two phases for which bids have been invited under this TENDER. Phase-I evaluation would be based on evaluation of bids on (i) The Pre-Qualification (PQ) eligibility criteria as indicated in Annexure- VI of this RFP.
All the criteria mentioned in the Annexure-VI are mandatory and bidders not meeting any one of these criteria would be rejected without further evaluating their bid. Phase-II evaluation The Technical Bids complying with all the Pre-Qualification criteria will be then evaluated based on the following other requirements being fulfilled. i. For compliance with the Mandatory deliverables as mentioned at Annexure- II, and ii. For compliance with the Functional and Technical requirements at Annexure- III, and iii. Offered Deliverables mentioned at Annexure-II as per the Technical specifications
(Annexure-IV).
Page 11 of 61
All the requirements and specifications mentioned in the Annexure-II, Annexure-III and Annexure IV are mandatory and bidders not meeting any one of these requirements would be rejected.
During the period of technical bid evaluation, bidders may be asked to provide more details and explanations about information provided in the proposals. Bidders should respond to such requests within the time frame indicated in the letter/fax/e-mail seeking explanation.
Additionally, bidders may note that:
a) All the requirements are mandatory. Any exception will lead to rejection of the
Technical Bid.
b) Bids of the bidders who do not accept all the terms and conditions of the TENDER will be rejected.
c) As a part of this evaluation process, the bidder’s client’s sites and/or offices of
bidders may be physically inspected by AI technical team to ascertain the claimed capabilities of bidder. Inspection reports shall also be filed, thus, as a part of the technical evaluation of the bids.
d) AI reserves the right to ask for product demonstration from the bidders during technical evaluation stage.
e) Bidders whose claims/supporting documents filed are found not complying with the stipulated tender requirements could be technically disqualified at this stage.
f) Solution Diagram, Architecture, Project Plan, Implementation Plan needs to be provided by bidder, else the bid shall be rejected.
6.2 Financial Bids Evaluation
a) The date and time of opening of the Financial Bids would be intimated in advance by
email/ phone to the bidders who have qualified, and their authorized representatives only would be permitted to participate in the opening of the Financial Bids.
b) The Financial Bids of only those applicants/bidders, who qualify and are shortlisted after
complete technical evaluation of their Technical Bids, would be opened.
c) The bid with the aggregated lowest financial evaluated costs to AI as per the Annexure-
XIII shall be evaluated for awarding contract for procurement, of Microsoft Licenses,
Servers and Implementation of Active directory in Air India and its Subsidiaries. 7. SECURITY DEPOSIT / PERFORMANCE BANK GUARANTEE
7.1 The successful bidder shall deposit with Air India a sum equal to 10% of order value
based on the evaluated total value of contract as interest free refundable security deposit (“Security Deposit”) or furnish to Air India an irrevocable and unconditional performance bank guarantee (in the manner and for acceptable to Air India) of an equivalent amount (“Performance Bank Guarantee”).
Page 12 of 61
7.2 The successful bidder shall submit the Security Deposit/Performance Bank Guarantee within 2 weeks of award of contract. The selected bidder is to submit the required SD/BG against the Letter of Intent, if the details terms and conditions stated herein in the form of an Agreement is delayed. The Security Deposit shall be deposited by way of a bank draft or banker’s cheque in favour of Air India Limited, payable at New Delhi. In case of submission of Performance Bank Guarantee (BG), it may please be noted that the original bank guarantee has to be forwarded by the BG Issuing Bank directly to AIR INDIA LIMITED through registered AD by the successful bidder, an advance soft copy of the same can be provided to AI.
7.3 The expenses incurred towards submission of Security Deposit / Performance Bank
Guarantee will have to be solely borne by the bidder. The Performance Bank guarantee will be valid for 42 (forty two) months with a claim period of next 3 (three) months from the date of award of PO and retained by Air India and may need to be extended by the successful bidder for further period as required by Air India upon any renewal.
7.4 It is clarified that the Performance Bank Guarantee shall be the standalone document to
the contract in case the same is furnished by the successful bidder.
7.5 The Security Deposit / Performance Bank guarantee shall be returned/discharged by Air
India within 120 (One Hundred Twenty) days of expiry of the aforementioned period after adjusting for penalties, if any, arising out of performance under the contract.
7.6 Notwithstanding anything mentioned to the contrary in this TENDER or the contract, Air
India will be entitled to encash / invoke the Security Deposit or the Performance Bank Guarantee, as the case may be, if the successful bidder fails to comply with the SLA, Uptime requirements and/or other terms and conditions as specified in the TENDER or the contract, as the case may be. In such an event, the successful bidder shall be obligated to ensure that the Security Deposit / Performance Bank Guarantee is restored to its original value within seven (7) working days from such encashment / invocation failing which the same shall be deemed as event of default by the successful bidder and entitle Air India to take appropriate remedial action against the selected bidder, including termination of the contract.
7.7 Failure of the successful bidder to comply with the requirement as per the tender terms
and conditions shall constitute sufficient grounds for the annulment of the award and forfeiture of EMD.
8. Implementation timeframe
8.1 The selected bidder will be required to implement the complete Microsoft Active
Directory Solution as per AI requirements. The detailed technical architecture & location wise implementation plan of Microsoft Active Directory Solution will be discussed and finalized with Air India technical team immediately after the award of Purchase Order
8.2 Phase-I: Delivery timeline- 40 days of award of Contract-The bidder will deliver the
Microsoft Licenses, Servers as listed at Annexure- II at the locations indicated as per Annexure- V within 40 days of the award of the contract.
8.3 Phase-II: Implementation timeline-115 days of Delivery-The bidder will make necessary
Page 13 of 61
steps to install the Microsoft Licenses, Servers and Implementation of Active directory at the locations within 115 days of the acceptance of the delivery of the equipment at each location and make the system functional and operational to the satisfaction of AI.
8.4 Phase III: Training timeline-within 15 days of Implementation–Bidder to ensure that
required training programme have been conducted and AI personnel imparted trainings as per requirement to run the system effectively.
8.5 Phase IV: UAT and Final Sign-off- within 10 days of training completion, the system should
go live as stipulated.
Thus, Implementation timeframe is 180 days from the date of Letter of Intent/Award of Contract.
8.6 Consequences of delay- Delays in implementation, commissioning and resultant cut-
over/go-live of Microsoft Active Directory Solution beyond 180 days for reasons attributable to the bidder would invite Liquidated damages, penalties and may even lead to termination of contract. Any delay shall be treated as down time SLA described in section 19.
9. WARRANTY (Phase-V)
9.1 All the components of Microsoft Active Directory Solution supplied under the Contract will be covered under Comprehensive warranty for the duration of the 36 (thirty six) months commencing from the date of Sign-off of the total solution by Air India (after completion of phase IV of Clause-10) consisting of men and materials, required in terms of this tender, which shall be subject to the SLAs. Bidder would have to provide this mandatorily at his cost.
9.2 The Servers should be supplied with 3 years Onsite 8x5xNBD OEM warranty. The bidder should have a back to back arrangement with the Server OEM. Bidder would need to furnish the documentary proof of having back to back arrangement for the warranty support of these servers.
9.3 On receiving the notification from Air India, the selected bidder shall, at no extra cost,
rectify the problem under warranty within the time period stipulated in the said notification. In case the selected bidder fails to remedy the defects / problem within specified time, Air India will be entitled to take such remedial action against at the selected bidder’s cost, risk and consequences as it may deem fit in such circumstances, but without prejudice to any other rights that Air India may have against the selected bidder under the Contract.
9.4 During the warranty period, the selected bidder will provide at no additional cost to Air India all product and documentation updates and new software version releases within 15 days of their availability.
9.5 During warranty period, the cost of maintenance and replacement of spares/ units and support services will be borne by the bidder
9.6 During the Warranty period, the Bidder will have to undertake system maintenance and
Page 14 of 61
replacement or repair of defective parts or systems, free software bug fixes/patches/ subscriptions for all major and minor software releases for all components.
9.7 After the expiry of three years warranty period, Air India may enter into Annual Maintenance Contract with the party. Air India also reserves the right to assign the Annual Maintenance Contract to third party without assigning any reason what so ever.
9.8 The bidder would need to perform the following activities during warranty period:
a) Providing support for the maintenance and upkeep of Active Directory services b) Resolving user problems related to Active Directory operations and maintenance c) Upkeep and maintenance of Server Hardware in serviceable / usable condition d) If the Servers hardware fails for any reasons and reinstallation of OS / AD etc . is
required to be done, same may be carried out by the vendor. (e .g due to ungraceful
shutdown of power) e) Proactive and Reactive serviceability check of Active Directory infrastructure as
per SLA. f) Upkeep/backup maintenance of Servers’ resident data for any
queries/investigations as per SLA.
9.9 Bidder would provide skilled manpower with MCITP-Microsoft Certified IT Professional certification (1 engineer) each at Air India Delhi and Mumbai Location on 8X5 basis from 0930 hours to 1730 hours for 3 years from the date of commissioning and 1 engineer with MCITP certification each at Air India Kolkata and Chennai Location on 8X5 basis from 0930 hours to 1730 hours for 1 year from the date of commissioning. The payment of these manpower cost shall be done by Air India on Quarterly basis to the vendor after adjusting the penalty, if any on account of non-meeting of SLAs.’ The responsibility of the onsite engineers would be as under:
a) System administration activities of Servers (22 nos) including Windows Server administration and Active Directory Server maintenance/administration
b) Regular Backup of the Active Directory Servers’ data, logs and settings. c) Continuous monitoring of the remote servers and resources d) Provide remote support (Telephonic and Web Support) for the maintenance,
configuration and troubleshooting of the Active Directory application and its operational/maintenance issues.
e) In case the problem is not rectified by the onsite engineers, they would have to escalate the problem to their internal team of the bidder/OEM for resolution.
f) These engineers would check the problematic Servers remotely and would log the case with the Server OEM and arrange for the immediate repairs/replacement as per SLA .
10. Project Deliverables, Implementation Phases & Payment Terms
The project shall be divided in to the following phases and the release of payments shall be based on the completion of following scheduled phases:
Page 15 of 61
Stage Deliverables Timelines % Payment as per Invoicing
and Payment Terms and
timeline as per Clause no.7 of
Annexure – I – General Terms
and Conditions
Phase I –
Microsoft
Licenses,
Hardware
Delivery
at all
Air India
Locations
a) Delivery of the Microsoft
Licenses and necessary
hardware at the locations
specified as per Annexure- V
b) The bidder shall submit
delivery certificates from the
respective station authorized
personnel.
c) On submission of the
said certificates ,
corresponding
Payment shall be released.
40 days from
date of
Purchase
Order
60% of invoiced value of
delivered hardware &
Microsoft Licenses upon
certification by location AI
team in charge
Phase II –
Implementation
of Active
Directory
1) Implementation of Active
Directory at AI Locations
2) The bidder shall submit
Delivery / installation
certificates from the IT HW
authorized personnel.
115 days after
completion of
Phase-I
10% of invoiced value of
delivered hardware &
Microsoft Licenses and
70% of invoiced value of
Implementation of Active
Directory & other heads
excluding manpower costs
upon certification by location
AI team in charge.
Phase III-
Training
Required training
programme have been
conducted and AI personnel
imparted trainings as per
requirement to run the
system effectively
15 Days after
completion of
Phase-II
10% of invoiced value of
delivered hardware &
Microsoft Licenses and
10% of invoiced value of
Implementation of Active
Directory & other heads
excluding manpower costs
upon certification by location
Page 16 of 61
AI team in charge.
Phase IV-
UAT &Final
Sign-off
UAT & Final Sign-off 10 days after
completion of
Phase-III
10% of invoiced value of
delivered hardware &
Microsoft Licenses and
10% of invoiced value of
Implementation of Active
Directory & other heads
excluding manpower costs
upon certification by location
AI team in charge.
Phase V-
Production and
Maintenance
Warranty
(a) This period starts after the systems becomes fully operational and for the period of 3 years.
(b) Manpower cost shall be paid quarterly in equal instalments after date of commissioning i.e. 180 days
(a) 30 days after completion of Phase- IV after observing performance for 1 month from Date of commissioning.
(b) After completion of Phase-IV
a) Balance 10% of invoiced
value of delivered
hardware & Microsoft
Licenses, Implementation
of Active Directory &
other heads excluding
manpower costs upon
certification by location
AI team in charge of
project against
Performance Bank
guarantee which needs
to be provided by the
bidder as per clause- 7.
b) Quarterly payment
payable on completion of
each quarter within 30
days upon receipt of
certified invoice of the
Manpower cost.
11. CONFIDENTIALITY / NON DISCLOSURE AGREEMENT (NDA)
11.1 The selected bidder (and his employees) shall not, unless Air India gives permission in
writing, disclose any part or whole of any document, of the proposal and/or contract, or any specification, plan, drawing, pattern, sample or information furnished by the airline, in connection therewith to any person other than a person employed by the bidder in the
Page 17 of 61
performance of the proposal and/or contract. The employees or the parties engaged by the bidder in performance of this contract will maintain strict confidentiality for all data/information which came into their possession during the course of such performance.
11.2 The bidder, his employees and agents shall not without prior written consent from Air India make use of any document or information given by the user, except for purposes of performing the contract award. In case of breach, Air India may take legal action as deemed fit.
11.3 Bidders will have to submit the signed Non-disclosure Agreement (with no amendments) as per the format of Air India (Annexure- XII).
12 SUBCONTRACTING OR ASSIGNMENT
No Sub-contracting or Assignment will be permitted. In the case of reconstitution of the firm,
Air India, at its discretion may allow the changed entity to continue to perform on same terms
and conditions. Otherwise, such change would be sufficient grounds for termination action
under this TENDER for Air India. 13 INTELLECTUAL PROPERTY RIGHTS :
All Software licenses, Applications and System Software should be supplied in the name of Air
India Limited and its associate companies which include Air India Charters Ltd (AICL) known as
Air India Express (IX), Alliance Air (AASL), Hotel Corporation of India Limited (HCIL) operating as
Centaur Hotels & flight kitchens, Air India Air Transport Services Limited (AIATSL), Air India
Engineering Services Limited (AIESL) and 50:50 joint venture with SATS (Singapore Airport
Terminal Services). Air India and its associate companies should be given non-exclusive rights to
use these Software licenses, Applications and System Software throughout the territory of India
and abroad. The intellectual property rights of Microsoft Software licenses shall be governed by
Microsoft Policy. 14 INDEMNITY
The bidder, in the event of being selected under this TENDER, assumes responsibility for and
shall indemnify and keep Air India harmless from all liabilities, claims, costs, expenses, taxes
and assessments including penalties, punitive damages, attorney’s fees and court costs which
are or may be required to be paid by reasons of any breach of the bidder’s obligation under
these general conditions or for which the bidder has assumed responsibilities under the
purchase contract including those imposed under any contract, local or national law or laws, or
in respect to all salaries, wages or other compensation (not limited to Workmen’s
compensation, labour laws such as EPF, ESI, etc.) to all persons employed by the bidder or
bidders in connection with the performance of any system covered by the contract whether
positioned at AI locations or not. The bidder shall execute, deliver such other further
instruments to comply with all the requirements of such laws and regulations as may be
necessary there under to conform and effectuate the contract and to protect Air India during
the tenure.
Page 18 of 61
In the event of any third party raising claim or bringing action against Air India including but
not limited to action for injunction in connection with any rights consequential to performance
or non-performance of the assigned tasks by the selected bidder or its employees, the bidder
agrees and undertakes to defend and / or to assist Air India in defending at the bidder’s cost
against such third party’s claim and / or actions and against any law suits of any kind initiated
against Air India. 15 OBLIGATIONS OF AIR INDIA 15.1 Pay charges for the deliverables and services rendered as stated in Clause 10 above. 15.2 Provide information/documents/records/ etc. that would be required by the system
developers during the course of implementation and commissioning. 16 LIQUIDATED DAMAGES
16.1 Notwithstanding Air India’s right to cancel the order, liquidated damages at the rate of
0.5 % of total contracted order value for delay in delivery / installation / implementation per week or part thereof beyond the time period given in tender above shall be charged subject to maximum 10% of such contract value.
17 RESPONSIBILITY FOR COMPLETENESS
17.1 Any services which might not have been specifically mentioned in this tender but are
necessary for the design, engineering, operationalizing, performance or completeness of
the Solution, shall be provided/ rendered by the selected bidder as per the time schedule
for efficient and smooth operation of the solution offered.
17.2 Bidder should supply any other hardware / software items not listed above but which may be
required to complete the AD implementation as per planned architecture at no extra cost to Air
India.
18 SELF CERTIFICATION OF QUALITY:
Successful Tenderers will have to carry out inspection of the items being supplied by them
compared to the specifications laid down in the order and make an endorsement on all the
delivery challans and the invoices that "The material manufactured and being supplied have
been inspected and are as per the ordered specifications". The certificate on the delivery challan
and invoices should be signed separately.
19 SERVICE LEVEL AGREEMENT (SLA)
Air India expects that the selected bidder adhere to the Service Levels described in this document.
Page 19 of 61
19.1 SLA Categories
The SLAs expected for the project can be broadly divided into the following categories:
a) Solution Implementation
b) Service uptime
All these categories shall be measured for quality, completeness and timeliness as applicable. The selected bidder must ensure that tools / solutions required to for automated monitoring and reporting of the service metrics are provisioned as part of the solution offering.
19.2 Solution Implementation
The solution must be implemented and rolled out within the timeframe mentioned in the Deliverables and Timelines section of this TENDER, or earlier if proposed by the selected bidder in the response and agreed by Air India.
19.3 Service Uptime Service uptime will be monitored on periodic basis as per defined SLAs and non-adherence / non –compliance shall be notified. Post notification and determination, these penalties as per applicable SLA will be adjusted / set off from pending invoice / claims. a) SLA at Server locations: The bidder would have to provide an uptime of 98% at all locations where the Active Directory Servers will be installed. The downtime shall be calculated irrespective of failure of Server Hardware or failure of Active Directory Services. Uptime less than 98% would attract penalty as per clause 19.5.2 19.4 SLA Review Process
This section outlines the service metric/ levels that the solution offered must meet. Any other metric/requirement required that is prevalent in industry must be proposed by the selected bidder as part of solution offering. The selected bidder will disclose to Air India, whenever sought, all contracts / subcontracts entered into for this TENDER. Air India reserves the right to call regular meetings of all/specific bidders during the tenure of the contract. The selected bidder shall provide SLA reports on regular basis to Air India to monitor the SLAs and performance.
19.5 Penalties
19.5.1 Penalties for Delayed Implementation (subject to Air India deliverables)
a) The selected bidder is expected to complete the responsibilities on-time
that have been assigned.
b) As a deterrent for delays during delivery, installation and implementation, Air India shall be entitled to levy penalties for delays attributable to the
Page 20 of 61
selected bidder or the participating entities as per clause 16.1
c) Any new functionality required by Air India will be implemented by the selected bidder at the earliest. Implementation timeframe will be decided prior to start of development work. If the implementation is delayed beyond agreed timeframe, a penalty may be charged as per clause 16.1
d) The above penalty amount can be recovered by the Air India by forfeiting /
invoking Security Deposit / Performance Bank Guarantee.
19.5.2 Penalties for degraded Service-Uptime Active Directory Server locations:
The selected bidder shall guarantee an individual uptime of 98% at all locations (Total 16 locations-list given below) where the Active Directory Servers will be installed. These 16
locations are categorized based on functionality of servers i.e. Root Active Directory Domain Controller, Child AD Domain Controller and Read Only Domain Controller. Penalty shall be applied on each server location if the uptime is less than 98% at that
location. The downtime shall be calculated because of non-availability of Active Directory Services irrespective of failure of Server Hardware or failure of Active Directory Services. Uptime less than 98% at each server location would attract penalty, which shall be calculated by selected bidder reporting system and monitored on quarterly basis. Uptime % = (Total contracted hours in a quarter – downtime)/ Total contracted hours in a quarter)*100 Restoration is the condition when the selected bidder demonstrates that the solution is in working order and Air India acknowledges the same.
Uptime less than 98% would attract penalty as follows:
Quarterly Uptime Penalty per location >98% Nil 97% to 98% 5 % of Quarterly Server location Manpower cost 96% to 97% 7 % of Quarterly Server location Manpower cost 95% to 96% 10 % of Quarterly Server location Manpower cost < 95% 15 % of Quarterly Server location Manpower cost Where, Quarterly Server location Manpower cost= Quarterly Total Manpower Cost of all locations/16
Page 21 of 61
List of 16 locations:
i. Delhi IT Hqrs, Computer Centre Palam: Root AD Domain Controller, (01 server) ii. Mumbai Data Centre: DIT, OAP, Mumbai: Root AD Domain Controller, (01 server) iii. Delhi IT Hqrs, Computer Centre Palam: Child AD Domain Controller, (02 servers) iv. Mumbai Data Centre: DIT, OAP, Mumbai: Child AD Domain Controller, (02 servers) v. Delhi IT, Northern Region: Child AD Domain Controller , (02 servers)
vi. Mumbai IT, Western Region: Child AD Domain Controller, (02 servers) vii. Kolkata IT, Eastern Region: Child AD Domain Controller, (02 servers) viii. Chennai IT, Eastern Region: Child AD Domain Controller, (02 servers)
ix. Delhi, NR: Read Only AD Domain Controller, (01 server) x. Mumbai, WR, location1: Read Only AD Domain Controller, (01 server) xi. Mumbai, WR, location2: Read Only AD Domain Controller(01 server) xii. Kolkata, ER: Read Only AD Domain Controller(01 server)
xiii. Chennai, SR: Read Only AD Domain Controller(01 server) xiv. Hyderabad, SR: Read Only AD Domain Controller(01 server) xv. Bangalore, SR: Read Only AD Domain Controller(01 server) xvi. Kochi, SR: Read Only AD Domain Controller(01 server)
Bidder will provide to Air India mechanism (tools / reports) for SLA monitoring including service uptime. Bidder will provide the report format and how it will be made available to Air India with its frequency.
20 EXIT/TERMINATION OF CONTRACT
20.1 Air India shall have the right to terminate/cancel the contract with the selected bidder
at any time without assigning any reason whatsoever by giving prior written notice of 2 (two) months to the selected bidder.
20.2 Without prejudice to any other right or remedy that may be available to Air India in the
TENDER, contract or under law, Air India may terminate the Contract within 15 days under any of the following circumstances:
a) Non submission of acceptance of order by the selected bidder within 7 days of
placing the order by Air India; b) Excessive delay by the selected bidder in execution of order placed by Air India; c) Discrepancies / deviations by the selected bidder in the agreed processes (as
mentioned under “Deliverables and Timelines”) and procurement, of Microsoft Licenses, Servers and Implementation of Active directory;
d) Breach / violation of terms & conditions by the selected bidder as stipulated in this TENDER and/or contract; or
e) Failure / unsatisfactory progress / frequent delays by the selected bidder in completion / implementation of procurement, of Microsoft Licenses, Servers and Implementation of Active directory project within stipulated time.
20.3 In the event of unsatisfactory performance, or breach of any of the clauses of the
contract by the selected bidder, Air India would issue a notice of 30 days to the selected bidder to rectify the breach and improve the performance failing which Air India shall be at the liberty to terminate the contract. The selected bidder shall not have any right to dispute or question the judgment of Air India of unsatisfactory performance of or breach by the selected bidder.
20.4 The right of Air India to terminate the contract is additional to the right to claim
Page 22 of 61
penalties, invoke EMD, Security Deposit/Performance Guarantee, claim damages, etc.
21 BLACK LISTING OF BIDDER
If at any time during the bidding process and/or prior to or after the award of LOI / contract it comes to the knowledge of Air India that the bidder has been black listed at any time by any Government / Government agency / Financial Institutions in India in the past, Air India will be entitled to take all or any of the following actions –
a. If EMD amount has been submitted and Performance Bank Guarantee is yet to be
submitted by the bidder, Air India will be entitled to forfeit the EMD; and/or b. If the Security Deposit / Performance Bank Guarantee has been submitted by the bidder
to Air India, Air India will be entitled to encash / invoke the same; and/or c. Terminate the contract.
22 FORCE MAJEURE
Any failure or delay by the bidder or Air India in performance of its obligations, to the extent due to any failure or delay caused by fire, flood, earthquake or other natural calamities, or acts of God, war, terrorism, riots, civil disorders, rebellions or revolutions, acts of governmental authorities or other events beyond the reasonable control of non-performing party (“Force Majeure), will not be considered as a default or a ground for termination of contract; provided that the affected Party has notified the other party within 15 (fifteen) days of the occurrence of a Force Majeure event. 23 GOVERNING LAWS AND DISPUTES (This clause will be applicable in case of successful bidder only)
a) Any dispute arising between the parties in respect of the construction, interpretation,
application, meaning, scope, operation or effect of this TENDER and/or the contract or
the validity or breach thereof, shall first be settled by mutual consultation. b) If the dispute remains unresolved after a period of 90 days from the date when the
mutual consultation has started, the matter shall be referred for settlement to “SCOPE FORUM OF CONCILIATION AND ARBITRATION”, Government of India and the award made in pursuance thereof shall be binding on the parties.
c) Any dispute whatsoever shall be subject to the jurisdiction of Delhi (India) Court only. d) During the arbitration proceedings, the bidder shall continue to work under the Contract
unless otherwise directed in writing by Air India or unless the matter is such that the work cannot possibly be continued until the decision of the arbitrator is obtained. The venue of the arbitration shall be Delhi.
Page 23 of 61
ANNEXURE- I TENDER No. AI/DIT/MSAD/2015-16 dated 18.05.2015
GENERAL TERMS AND CONDITIONS
1. GENERAL TERMS :
A. Air India’s Right to Accept or Reject Any or All Bids Air India reserves the right to accept or reject any bid and annul the bidding process
or even reject all bids at any time prior to award of contract, without thereby
incurring any liability to the affected bidder or bidders or without any obligation to
inform the affected bidder or bidders about the ground for the Airline’s action. Air
India reserves the right to accept or reject any technical proposal by the bidder.
B. Liabilities of Air India
This TENDER is not an offer by Air India, but an invitation for Bids. No contractual
obligation on behalf of the airline, whatsoever, shall arise from the TENDER process
unless and until a formal contract is signed and executed by duly authorized officers
of Air India and the Bidder. However, until a formal contract is prepared and
executed, this offer together with airline’s written acceptance and notification of
award shall constitute a binding contract with the bidder.
C. Amendment of Bidding Document
At any time prior to one week of the closing date for receipt of the bid, Air India
may, for any reason, whether at its own initiative or in response to a clarification
requested by any of the prospective bidder, modify the TENDER document by an
amendment.
The amendment will be notified by posting the same on website www.airindia.in. In
order to afford prospective bidders reasonable time to take the amendments into
account in preparing their bids, Air India may, at its discretion, extend the target
date for the submission of the bid and the same will be notified on the said website.
D. Contents of Bidding Document
The bidder is expected to go through all the instructions, terms, forms and
specifications of the TENDER document. Failure to furnish all information required
by the TENDER document or submission of bid not substantially responsive to the
TENDER document in every respect will be at bidder’s risk and may result in the
rejection of the bid.
E. Language of bids
The bids prepared by the bidder and all correspondence and documents relating to the bids exchanged by the bidder and Air India, must be written in English.
F. Bid Prices Bidder should quote rates which will be valid for the period of contract from the date of
Page 24 of 61
signing of contract. The charges indicated should cover the manpower and other resources
costs including costs of preparation of reports. Applicable Service Tax should be quoted
separately. Air India will not be making any other payment except those mentioned in the
Financial bid.
G.Validity of bids Bids shall remain valid for 120 days from date of submission mentioned in this document. A
bid valid for shorter period will be rejected by Air India. The bidders may be required to give
consent for the extension of the period of validity of the bid beyond initial 120 days, if so
desired by Air India in writing or by email. Refusal to grant such consent would result in
rejection of bid without forfeiture of the EMD. However any extension of validity of bids will
not entitle the bidder to revise/modify the bid for higher amount or any unfavourable
terms for Air India.
H.Revealing of Prices The rates and/or prices in any form or for any reasons should not be disclosed in the
technical or other parts of the bid except in the Financial bid. Otherwise it will lead to the
bid being rejected.
I. Local conditions
The bidder must acquaint himself with the local conditions and factors which may have
any effect on the performance of the contract and / or the cost. No exceptions will be
acceptable on any account for variation in these conditions.
J. Sealing and Marking of Bids
The bidder shall stamp and sign on all the bid documents. Non-compliance may lead to such bids being rejected.
K. Last date of receipt of bids
Bids must be received by Air India at the address specified not later than the time and
date specified there in. Air India may at its discretion extend the bid submission date.
The modified target date & time will be notified on the web site of Air India.
L. Late Submission of bids Any bid received by Air India after the notified closing date and time will be rejected and / or returned unopened to the bidder at his risk and responsibility.
M.Modification and Withdrawal The bid shall contain no alterations or over writing except as necessary to correct errors
made by the Bidder, in which case such corrections shall be duly confirmed under
signature/initials of the person(s) signing the bid, failing which the TENDER is liable to be
rejected. Bids once submitted will be treated as final and no further correspondence will be
entertained on this. No bidder shall be allowed to withdraw the bid. In case of the
successful bidder, he will not be allowed to withdraw/back out from the bid commitments.
The bid earnest money in such eventuality shall be forfeited and all interests/claims of such
Page 25 of 61
bidder shall be deemed as foreclosed.
N. Bid Currency Prices shall be expressed in Indian National Rupees only.
O. Preliminary Examination
The bids will be examined by Air India to determine whether they are complete, and whether the bids are generally in order. A bid determined as not substantially responsive will be rejected.
P. Contacting Air India, lobbying or putting outside influence
Any effort on the part of the bidder to influence bid evaluation process or award of contract decision may result in the rejection of the bid.
Q. Cost of bid
The bidder will bear all cost(s) associated with the preparation and submission of bid,
including cost of presentation(s), reference site visit, etc. For the purposes of clarification of
the bid. Air India will not be responsible or liable for these costs, regardless of the conduct
or outcome of the bidding process.
R. Clarifications by AI
If deemed necessary, Air India may seek clarifications on any aspect from the bidder.
However that would not entitle the bidder to change or cause any change in the substance
of the bid already submitted or the price quoted. The bidder may also be asked to give
presentation for the purpose of clarification of the bid. All expenses for this purpose, as
also for the preparation of the documents and other meetings/presentations, will be borne
by the bidders.
S. Clarifications on TENDER by bidders
Interested bidders can seek clarification on TENDER from Air India by submitting their queries either in official hard copies or e-mails to the addressee stated under “Important Information. Clarifications will be published under ‘TENDER’ on the Air India website(http://www.airindia.in), upto 7 days before closing dates. No individual clarifications will be sent to the Bidders.
The queries should be submitted” at least three days prior to pre-bid meeting. Any query
submitted after the expiry of the time line for submission of queries will be rejected. The
response to the queries shall be placed on the airline’s website www.airindia.in.
T. Submission of Bids
The process has been elaborated in the main TENDER.
U. Other Terms
i. The bids should be neatly presented.
Page 26 of 61
ii. It shall be deemed that by submitting the bid, the applicant/Bidder agrees and
releases Air India, its employees, agents and advisers, irrevocably, unconditionally, fully and finally from any and all liability for claims, losses, damages, costs, expenses or liabilities in any way related to or arising from the exercise of any rights and / or performance of any obligations hereunder and / or in connection with the bidding process, to the fullest extent permitted by applicable law, and waives any and all rights and / or claims it may have in this respect, whether actual or contingent, whether present or in future.
iii. Air India shall not be liable for any omission, mistake or error in respect of any of the above or on account of any matter or thing arising out of or concerning or relating to the TENDER or the bidding process, including any error or mistake therein or in any information or data given by Air India.
iv. The applicant / bidder shall provide all the information sought under this TENDER. Air India will evaluate only those bids that are received in the required formats and complete in all respects. Incomplete and / or conditional bids shall be rejected.
v. Applicants are advised that pre-qualification of applicants will be entirely at the discretion of Air India. Applicants will be deemed to have understood and agreed that no explanation or justification on any aspect of the bidding process or selection will be given by Air India.
vi. Any information contained in the bid submitted by the applicant(s) shall not in any
way be construed as binding on Air India, its agents, successors or assigns, but shall be binding against the applicant(s) if any project is subsequently awarded to it under the bidding process on the basis of such information.
vii. Air India reserves the right not to proceed with the bidding / TENDER process at any
time without notice or liability and to reject any or all TENDER(s)/bid(s) without assigning any reasons whatsoever.
viii. All documents and other information supplied by Air India or submitted by any applicant / Bidder to Air India shall remain or become the property of Air India. Applicants / Bidders are to treat all information as strictly confidential and shall not use it for any purpose other than for preparation and submission of their TENDER/bids. Air India will not return any bid or any information provided along therewith.
ix. Air India shall not entertain any correspondence with any applicant / Bidder in relation to the acceptance or rejection of any TENDER/bid.
2. EARNEST MONEY DEPOSIT (EMD)
The applicants / bidders are required to submit an earnest money deposit (EMD) of
Rs. 2,00,000/- (Two lakhs only)- by way of Demand Draft / Bankers Cheque in favour
of Air India Limited along with the technical bid, before last date and time of bid
submission.
Page 27 of 61
This EMD amount should be kept in the envelope containing Technical Bid. Any bid not accompanied with requisite EMD will be rejected.
EMD shall be forfeited as pre-estimated damages without prejudice to any other
right or remedy that may be available to Air India under the TENDER or the Contract
or otherwise, under any of the following circumstances:
a. If an applicant / bidder withdraws its bid after opening of the TENDERs but
before the award of Contract. b. In case of successful bidder, if it fails within the specified time limit to sign the
contract, if awarded; or c. In case the successful bidder, having signed the contract, commits any breach
thereof.
EMD in case of unsuccessful bidder will be returned without any interest within 60
days of the completion of TENDER process i.e. after the award of Contract and its
acceptance thereof by the successful bidder. No interest will be payable on EMD
amount. EMD refund shall be in the form of an account payee cheque/bank transfer
in favour of the unsuccessful bidders. The applicant/bidder may by specific
instructions in writing to Air India give the name and address of the person in whose
favour the said cheque /bank transfer shall be drawn by Air India for refund, failing
which it shall be drawn in the name of the unsuccessful bidder and shall be mailed
to the address given in the technical bid.
The EMD, in case of successful bidder, will be returned without any interest within
60 days upon commencement of awarded assignment subsequent to the
appointment letter and/or contract signing. 3. Discussions with L1 before Release of Contract:
The applicants / Bidders are advised to submit their best quotes in response to this
TENDER. The lowest evaluated financial bidder may be called, if required, for
discussions on the proposed methodology for carrying out the assignment as per the
scope of work, etc. The award of the work will be at the sole discretion of Air India. 4. Documentation:
All relevant documents (whether required under the TENDER or sought for by Air India
at a later stage) will be submitted by the applicants and the successful Bidder at their
own cost. Air India reserves the right to verify all statements, information and
documents submitted by the applicants in response to the TENDER and the applicant
shall, when so required by Air India, make available all such information, evidence and
documents as may be necessary for such verification. Any such verification or lack of
such verification, by Air India shall not relieve the applicant of its obligations or liabilities
hereunder nor will it affect any rights of Air India hereunder. 5. Rejection of bids (Technical Bid & Financial Bid):
Page 28 of 61
The response to the Technical Bid & Financial Bid will be rejected forthwith without evaluation of the TENDER response on the following grounds:
a. If the Technical bid or the financial bid has been received after due date and time of
closing of the TENDER. b. If only the Technical bid has been received and Financial Bid has not been received, and
vice versa.If the Technical bid or the financial bid has been received by fax or email. c. If the Technical bid has been received without relevant data. d. If the Technical bid or the financial bid has been received unsigned. e. If the Financial bid has been received in an open condition in the master envelope
containing the Technical bid or if both the Technical bid &financial bid are received in the same envelope and/or in an open condition.
f. If the Technical Bid has been received without EMD, or the EMD has been submitted in a mode other than specified in the TENDER, or a valid proof of exemption from submission of EMD has not been provided.
g. The validity of bids is lesser than 120 days. h. Such other grounds noted at the discretion of AI not meeting TENDER requirements. 6. Inspection Clause:
As part of the evaluation of the Technical Bids, Air India reserves the right to inspect at
its own cost the facility / facilities of the applicants / Bidders in order to assess their
infrastructure and capability for fulfilling the contract as indicated in this TENDER. 7. Invoicing and Payment Clause:
a. The payment as fixed will be made only after deliverables are delivered and completion of required installation and services as detailed in workscope of this tender.
b. No advance payment shall be paid to the selected bidder under any circumstances. c. The selected bidder will submit invoice along with required documents / proof of
completion of Implementation Phase deliverables- such deliverables and % of amounts payable specified in Clause 10 of the tender requirements and terms of the RFP.
d. The invoices and the supporting documents submitted by the selected bidder will have to be certified by Air India designated official, for these are processed for the payment. Bidder will submit invoice along with required documents / proof of completion of Warranty deliverables.
e. Except as otherwise provided, all payments under the contract would be made (subject to applicable LDs, Penalties as per SLAs defined above) by Air India within 60 (sixty) days from the date of receipt of the certified invoices.
f. Payment of Manpower cost: The selected bidder will submit invoices along with required
documents/ proof of manpower deployment. Payment of Manpower cost shall be done
by Air India on quarterly basis after completion of the quarter and submission of SLA
documents by the selected bidder. The penalty on account of downtime mentioned at
clause 19.5.2 shall be deducted from the Invoices towards manpower cost .
g. It is clarified that whenever under the contract any sum of money is recoverable from
the selected bidder, Air India shall be entitled to recover/deduct such sum from the
payments due to the selected bidder and/or Security Deposit/Performance Bank
Guarantee held by Air India. h. In the event of the said Security Deposit/Performance Bank Guarantee being
insufficient, the balance of total amount recoverable shall be deducted from any sum due to the selected bidder under the Contract. Should this amount be insufficient to cover the said full amount recoverable, the selected bidder shall pay to Air India on
Page 29 of 61
demand the balance amount, if any, within 14 (fourteen) days of the demand along with the interest @ 1.5% p.m. from the due date specified in the demand notice. If any amount due to Air India is so set off against the Security Deposit/Performance Bank Guarantee, the selected bidder shall be obligated to ensure that the Security Deposit / Performance Bank Guarantee is restored to its original value within seven (7) working days from such set off. Non restoration of Security Deposit/Performance Bank Guarantee will be treated as event of default, leading to right of Air India to take appropriate remedial action against the selected bidder, including termination of the contract.
8. Penalties for delay/deficient/non-performance :
There would be penalties applicable under the contract with the selected bidder. These
penalties would be for delays attributable to such selected bidder in taking up the
assignment in the form of liquidated damages @ 0.5%/week of the delay subject to a
maximum of 10% of contract value. Penalties would also be applicable for
delays/deficiencies attributable to selected bidder post award subject to overall
maximum of 10% of the invoice value of relevant period.
Page 30 of 61
Annexure- II TENDER No. AI/DIT/MSAD/2015-16 dated 18.05.2015
Mandatory Deliverables – MS Licenses, Hardware, Software etc.
S.No Item Name Qty Compliance (Yes/No)
1 Microsoft Device CALs WinSvrCAL 2012 SNGL OLP NL DvcCAL (Part no. R18-04276)
5871
2 Microsoft PrjcPro SNGL LicSAPk OLP C w1PrjctSvrCAL (Part Code: H30-00141)
9
3 Microsoft VisioPro SNGL LicSAPk OLP C (Part Code: D87-01097)
14
4 Microsoft VSPro 2013 SNGL OLP C (Part Code: CSE-01130)
46
5 Microsoft VSProwMSDN ALNG LicSAPk OLP C (Part Code: 77D-00090)
81
6 Microsoft VSUltwMSDN ALNG LicSAPk OLP C (Part Code: 9JD-00106)
4
7 Supply and Installation of Dual CPU Quad Core Servers: Supply and Installation of Server Hardware as per Technical specifications at Annexure IV-A
14
8 Supply and Installation of Single CPU Quad Core Servers: Supply and Installation of Server Hardware as per Technical specifications at Annexure IV-B
8
9 Supply and Installation of additional Hardware items: Supply and Installation of additional Hardware as per Technical specifications at Annexure IV-C
Lot
10 System Installation and Commissioning: Implementation of Microsoft Active Directory at all Air India Locations as tender clause no. 3 of tender requirement and terms and Annexure-III.
Lot
11 Technical/Server Administration Training: Training as per clause no. 3.4 of tender requirement and terms
Lot
Page 31 of 61
Note1: The number of MS device CALs (5871) are taken based on existing inventory for the purpose of calculation of L-1, however payment will be made based on actual Device CAL s required during implementation stage which could vary with in the range of plus/minus 10 % of 5871 CALs.
12 Manpower Support: (a) The bidder would provide skilled manpower
(Engineer) with MCITP certification one each at DIT Delhi Hqrs (Computer Centre Palam New Delhi) and DIT Mumbai Data Centre (Old Airport, Mumbai) on 8x5 basis from 0930 hours to 1730 hours for three years from date of commissioning.
(b) The bidder would provide skilled manpower (Engineer) with MCITP certification one each at Kolkata and Chennai on 8x5 basis from 0930 hours to 1730 hours for first one year from date of commissioning.
As per clause 9 of the tender requirements and Terms
Page 32 of 61
ANNEXURE- III TENDER No. AI/DIT/MSAD/2015-16 dated 18.05.2015
Functional and Technical Requirements (Mandatory Requirements)
S/No. Description Compliance
(Yes/No)
1 Vendor to implement Microsoft Active Directory Solution on turnkey basis for Air India as per “AI tender requirements and terms” and other “General terms & conditions (Annexure-I)” mentioned in the RFP.
2 Installation & Commissioning of Servers and additional Hardware with required Software be done as per clause 3.3. of AI tender requirements and terms at various locations mentioned in Annexure-V
3 Implementation of Active Directory solution is to be done by MCITP certified Engineers
4 Technical/Server Administration training to Air India Technical team as per clause 3.4 of AI tender requirements and terms
5 3 years warranty support and services as per clause -9 of AI tender requirements and terms
6 Skilled Manpower deployment as per clause 9.9 of AI tender requirements and terms
7 Service Level Agreement (SLAs) as per clause 19 of AI tender requirements and terms
Specifications for the Microsoft Active Directory
8 Should provide support for X.500 naming standards and should support Kerberos for logon and authentication.
9 Support for integrated LDAP compliant directory services to store information about users, computers, and network resources and making the resources accessible to users and applications.
10 Should support directory services integrated DNS zones for ease of management and administration/replication.
11 Should Support for DNS as the locator service (service records & dynamic updates).
12 The directory service should support features for health monitoring and verifying replication.
13 The directory service should provide support for Group policies and software restriction policies.
14 The directory service shall provide support for modifiable and extensible schema.
15 Should support multi-master directory service replication features, Directory Server should be scalable and should have multi-master & multi-site capabilities.
16 Should support security features, such as support for Kerberos, smart cards, public key infrastructure (PKI), and x.509 certificates.
17 The Object types supported should include:
a) Users Object Type;
b) Groups (Security & Distribution Groups which can be static or dynamic)
c) Foreign Users (Non-employees/Business partners etc.)
d) Printers
e) Containers for purposes of grouping, administration and policy control
Page 33 of 61
18 Search capability to query all directory objects.
19 Search capability to query network resources by attributes.
20 Should support recovery of a Single Object as well as the entire directory.
21 Loss of a single directory server should not affect ability for users to logon.
22 Should have single integrated directory for OS and Messaging with unified management capabilities.
23 Should support that password reset capabilities for a given group or groups of users can be delegated to any nominated user.
24 Should support that user account creation/deletion rights within a group or groups can be delegated to any nominated user.
25 Should support that group membership management within a group can be delegated to any nominated user.
26 Should support multiple password and account lockout policies for different set of users.
27 Directory services should be extensible & should have capability to be extended for custom development.
28 Support for integrated LDAP compliant directory services to store information about users, computers, and network resources, file shares, printers and making the resources accessible to users and applications.
29 Should provide the audit capability to log old and new values with time stamp when changes are made to objects and their attributes; should provide delete protection for directory objects.
30 Should support the deployment of a read only additional directory server which may be deployed in a different location so as to prevent any changes from the other location and provide unidirectional replication.
31 Directory services should support directory database snapshot tool, which should support creating snapshots of the directory database & should allow directory administrator to view the objects within the snapshot to determine the restore requirements when necessary.
32 Directory Architecture: should have at least 2 servers for load balancing and ensuring high availability.
33 Directory services should provide capabilities to undo an accidental deletion of object.
34 Directory Services should provide command-line scripting for administrative, configuration and diagnostic tasks with a consistent vocabulary and syntax.
35 Directory Services should provide an Administrative Center console for providing a task-oriented administration model, with support for larger datasets.
36 Directory services should provide a built-in mechanism for Best Practice Analyzer (BPA) to identify deviations from best practices to help IT professionals better manage their Directory Service deployments.
37 Directory Services should provide a built-in authentication mechanism assurance.
38 Directory services should provide with Offline-domain joining functionality.
39 Directory services should provide features to manage service accounts where by the passwords of the service account could be managed automatically.
Page 34 of 61
ANNEXURE- IV TENDER No. AI/DIT/MSAD/2015-16 dated 18.05.2015
A. Technical Specifications of Dual CPU Quad Core Rack Mountable Servers: Quantity 14 Nos.
S.No Particular Specifications Compliance (Yes/No) 1 Make & Model
No. Please specify:--------------------- 2 Processor a) Quad-core Intel® Xeon® processor
E5-2600v3 Series (2.5 Ghz or higher, Minimum 10 MB L2
Cache supplied with each processor) or better CPU configuration.
b) 2 CPUs required. 3 Chipset and Motherboard based on compatible
Motherboard Intel chipset Original Intel or equivalent OEM certified Motherboard
Memory 16 GB DDR4 RAM 4
Memory scalable upto 64 GB 5 Internal Disk
Storage 3 x 600 GB, 10000 RPM SAS Hot Plug Hard drive 6 RAID Controller Hardware RAID Controller with
RAID 0, 1 & 5 7 Optical Drive Internal DVD +/-R/W
8 Network Interface 2 x Gigabit Ethernet in resilient mode
9 Expansion Slots 3 PCI –Express Slots or higher
10 Power Supply Redundant hot pluggable Power
supply. SMPS should be FCC/CE and 80 Plus Platinum certified.
11 I/O Interface 2 x PS2 Ports (Optional)
1 x Serial Port
Page 35 of 61
1 x VGA
Min 4 x USB ports 12 Chassis 1U / 2U (Max) Rack Mountable
13 Operating System Windows 2012 Server R2 Standard Edition Operating System
14 Certifications/Compliances
UL/IEC 60950-1, CE/FCC and RoHS Compliant
MS Windows 2012 Server Operating Server Compliant
15 Warranty 3 Year onsite comprehensive OEM Warranty (8x5xNBD)
16 Installation The bidder shall install and configure the Server Hardware, mount the servers on existing Rack (19 inch standard) of at Air India locations.
The bidder shall also install and configure the Operating System including RAID.
The bidder shall supply the rack mounting rail/kits and other accessories along with the server for proper rack mounting of these servers.
Page 36 of 61
B. Technical Specifications of Single CPU, Quad Core Rack Mountable Servers/ OS: Qty. 8 Nos.
S.No Particular Specifications Compliance
(Yes/No) 1 Make & Model
No. Please specify:--------------------------
2 Processor a) Quad-core Intel® Xeon® processor
E5-2600v3 Series (2.5 Ghz or higher, Minimum 10 MB L2 Cache supplied with each processor) or better CPU configuration.
b) 1 CPU required.
3 Chipset and
Motherboard Motherboard based on compatible Intel chipset Original Intel or equivalent OEM certified Motherboard
4 Memory 8 GB DDR4 RAM Memory scalable upto 64 GB
5 Internal Disk
Storage 2 x 600 GB, 10000 RPM SAS Hot Plug Hard drive
6 RAID Controller Hardware RAID Controller with RAID
0, 1 & 5
7 Optical Drive Internal DVD +/-R/W
8 Network Interface 2 x Gigabit Ethernet in resilient mode
9 Expansion Slots 3 PCI –Express Slots or higher
10 Power Supply Redundant hot pluggable Power
supply. SMPS should be FCC/CE certified.
11 I/O Interface 2 x PS2 Ports (Optional)
1 x Serial Port 1 x VGA Min 4 x USB ports
12 Chassis 1U / 2U (Max) Rack Mountable
13 Operating System Windows 2012 Server R2 Standard Edition Operating System
Page 37 of 61
15 Monitor TFT 18.5” LED Backlit TFT Monitor with TCO 05 certified. Energy Star 5.0 compliant, FCC, RoHS certified with resolution of 1366 x 768
16 Keyboard and Mouse
USB or PS2 interface,2 Button Optical Mouse with Scroll English Keyboard (Wired)Keyboard and Mouse should be compatible with Servers being supplied.
17 Certifications/Compliances
UL/IEC 60950-1, CE/FCC and RoHS Compliant
MS Windows 2012 Server Operating Server Compliant
18 Warranty 3 Year onsite comprehensive OEM Warranty (8x5xNBD)
19 Installation The bidder shall install and configure the Server Hardware, mount the servers on existing Rack (19 inch standard) of at Air India locations.
The bidder shall also install and configure the Operating System including RAID.
The bidder shall supply the rack mounting rail/kits and other accessories along with the server for proper rack mounting of these servers.
Page 38 of 61
C. Technical Specifications of additional Hardware items:
S.No Items Qty. Specifications Compliance
(Yes/No)
1 8-port IP KVM Switch (Bidder to specify make and model no.---------)
02 Single-user, 8-port, IP enabled KVM Rack Mount Kit & guide for installation in 19” rack along with a console cable. Local Console Remote IP Console KVM Port: RJ45 ports CE and FCC certified Three years standard warranty
2. KVM Adapter Cable
(Bidder to specify make and model no.---------)
16
Cable should have HDB & USB ports at Server end and RJ45 port at KVM end.
3. 8-port KVM Switch (Bidder to specify make and model no.---------)
04 Single-user, 8-port Rack Mount Kit & guide for installation in 19” rack along with a console cable
Local Console KVM Port: DB-15 Combo Connector /SPHD Connector
CE and FCC certified
Three years standard warranty
4 USB KVM cables (Bidder to specify make and model no.---------)
16 Cable should have HDB & USB ports at
Server end and 3 in 1 SPHD (Keyboard/Mouse/Video)/ DB-15 Combo at
KVM end (Should be compatible with KVM Switch).
Cable length should be minimum 1.8 m.
5 17” Rack mounted LCD Console (Bidder to specify make and model no.---------)
06 Display Type: 17” KVM TFT LED backlight console
Native Resolution:1366 x 768
Height (Rack Units): 1U Input Type: Keyboard and touchpad (both included)
Rack Mounting Kit: Included
Compliant Standards: UL//FCC, RoHS Manufacturer Warranty: 3 years Standard Warranty
Connectivity with KVM
Switch:
Keyboard / Mouse Interface: USB
Features: English keyboard layout
Interfaces: 2 x USB 3.0, 1 VGA
Page 39 of 61
(DB-15)
6 42U-19” Server Rack (Bidder to specify make and model no.---------)
01 42U Server Rack 1
Basic Rack PDUs with 06 output ports (Single phase input to Single phase output) (tenderer may also quote 2 nos. of 12 output ports PDUs)
4
Single phase Source Line Cord ( 12ft length, 32A, 240V) (2 cords required in case of 12 ports PDU)
4
PDU to Server power cable (16A, 240V)
24
Multiple vendor equipment compatibility
Width: EIA Standard 19″ Rack
Rack Height: 42U
The quoted Servers should fit /mount in the rack properly.
Perforated front and rear doors with locks
Outstanding ruggedness and stability with welded-steel const ruction and heavy-duty casters
Rack Color: Black
Three years standard warranty
Important Note: The Servers, KVM Switch, Monitor, KVM Console and Server Rack should be of the same make.
Page 40 of 61
Annexure- V TENDER No. AI/DIT/MSAD/2015-16 dated 18.05.2015
Summary of location-wise numbers and delivery locations of Server Hardware, Microsoft Licenses and other items
A. Location of Delivery and Installation of Dual CPU, Quad Core Servers
S/N Location of Delivery and Installation of Dual CPU, Quad Core Servers
Qty Remarks
1 Delhi- IT Hqrs Computer Centre, IGI Airport Palam, New Delhi
03 Qty 01 Server : Root Active Directory Domain Controller Qty 02 Servers: Child Domain Controller
2 Mumbai- Data Centre Old Airport, Kalina, Santa Cruz (East),Mumbai.
03 Qty 01 Server : Root Active Directory Domain Controller Qty 02 Servers: Child Active Controller
3 Delhi- IT, Northern region Safdarjung Airport, New Delhi
02 Qty 02 Servers: Child Domain Controller
4 Mumbai-IT, Western Region Mumbai Domestic Airport, Mumbai.
02 Qty 02 Servers: Child Domain Controller
5 Kolkata-IT, Eastern Region, Air India Ltd, Airlines House, 39, Chittaranjan Avenue, Kolkata
02 Qty 02 Servers: Child Domain Controller
6 Chennai-IT, Southern Region, Air India Chennai Airlines House Meenambakkam Chennai.
02 Qty 02 Servers: Child Domain Controller
Page 41 of 61
B. Location of Delivery and Installation of Single CPU, Quad Core Servers
S/N Location of Delivery and Installation of Single CPU, Quad Core Servers
Qty Remarks
1 Delhi, Northern Region
01 Qty 01 Server : Read Only Active Directory Domain Controller (RODC)
2 Mumbai, Western Region
02 Qty 02 Server : Read Only Active Directory Domain Controller (RODC)
3 Kolkata, Eastern Region 01 Qty 01 Server : Read Only Active Directory Domain Controller (RODC)
4 Chennai, Southern Region 01 Qty 01 Server : Read Only Active Directory Domain Controller (RODC)
5 Hyderabad, Southern Region 01 Qty 01 Server : Read Only Active Directory Domain Controller (RODC)
6 Bangalore, Southern Region 01 Qty 01 Server : Read Only Active Directory Domain Controller (RODC)
7 Kochi, Southern Region 01 Qty 01 Server : Read Only Active Directory Domain Controller (RODC)
Note: The contact details and complete address of these delivery locations will be mentioned in
the Purchase Order.
Page 42 of 61
C. Location of Delivery and Installation of additional Hardware items:
S.No Items Qty. Location of Delivery
1 8-port IP KVM Switch
02
01 KVM Switch at Delhi- IT Hqrs, Computer Centre, IGI Airport, Palam, New Delhi and 01 KVM Switch at Mumbai- Data Centre , DIT, Old Airport, Kalina, Santa Cruz (East),Mumbai.
2. KVM Adapter Cable 16 08 cables at Delhi- IT Hqrs, Computer Centre, IGI Airport, Palam, New Delhi and 08 cables at Mumbai- - Data Centre , DIT, Old Airport, Kalina, Santa Cruz (East),Mumbai..
3 8-port KVM Switch
04 One KVM Switch and 04 USB KVM Cables at each of the following locations: (a) Delhi- NR, Safdarjung Airport, New Delhi (b) Mumbai-WR, Mumbai Domestic Airport, Mumbai. (c) Kolkata-ER Air India Ltd, Airlines House,
39, Chittaranjan Avenue, Kolkata (d) Chennai-SR, Air India Chennai Airlines House Meenambakkam Chennai.
4
USB KVM cables 16
5 17” Rack mounted LCD Console
06 One Console at each of the following locations:
i. Delhi- IT Hqrs, Computer Centre, IGI Airport, Palam, New Delhi
ii. Mumbai- IT Hqrs, Old Airport, Kalina, Santa Cruz (East),Mumbai.
iii. Delhi-IT, Northern Region, Safdarjung Airport, New Delhi iv. Mumbai-IT, Western Region, Mumbai Domestic Airport,
Mumbai. v. Kolkata-IT, Eastern Region, Air India Ltd, Airlines House,
39, Chittaranjan Avenue, Kolkata vi. Chennai-IT, Southern Region, Air India Chennai Airlines
House, Meenambakkam Chennai.
6 42U-19” Network Rack
01 Delhi- IT Hqrs, Computer Centre, IGI Airport, Palam, New Delhi
Page 43 of 61
D. Location of Delivery of Software licenses:
S.No Item Name Qty Location of Delivery
1 Microsoft Device CALs WinSvrCAL 2012 SNGL OLP NL DvcCAL (Part Code: R18-04276)
5871 Delhi- IT Hqrs Computer Centre, IGI Airport Palam, New Delhi
2 Microsoft PrjcPro SNGL LicSAPk OLP C w1PrjctSvrCAL (Part Code: H30-00141)
9
3 Microsoft VisioPro SNGL LicSAPk OLP C (Part Code: D87-01097)
14
4 Microsoft VSPro 2013 SNGL OLP C (Part Code: CSE-01130)
46
5 Microsoft VSProwMSDN ALNG LicSAPk OLP C (Part Code: 77D-00090)
81
6 Microsoft VSUltwMSDN ALNG LicSAPk OLP C (Part Code: 9JD-00106)
4
Page 44 of 61
Annexure- VI TENDER No. AI/DIT/MSAD/2015-16 dated 18.05.2015
PRE-QUALIFICATION CRITERIA (Mandatory Minimum Eligibility Criteria)
Technical Bid Evaluation
Bids of the applicants / Bidders who fulfill the following pre-qualification requirements, and
submit documentary proof thereof along with the Technical Bid, will only be eligible for
evaluation of the technical bids. Bidders are required to indicate the compliance status for each
of the PQ criteria by stating Yes or No. The documentary evidences as required be attached
with this Annexure in sequence of the criteria. No to any one of the criteria could result in
disqualification of the bid as these are mandatory PQs.
S. S.No Pre-Qualification (PQ) Eligibility Criteria for bidder- MANDATORY REQUIREMENTS
PQ Criteria Documentary evidence to be attached with the Technical Bid
Compliance Status (Yes/No)
1 The bidder should be in the business of Information Technology (Software development/ IT Services) business for the last 5 years.
5 years Submit self-certified copies of documents on bidding entities own name: a) business registration
documents such as from Registrar of Cos., Registrar of firms, etc., and
b) Service Tax Registration Certificate
2. Bidder, on its own should have executed supplied, installed and maintained Microsoft Active Directory Solution to reputed Organizations (preferably, Government / PSUs / Banks, having employee strength of above.
i. In last 3 years, at-least two clients with a) More than 500 client employees. b) Contract of min Rs. 10 Lakhs rupees (showing claimed contract value) from related business ii. In last 3 years, at-least one reputed client where
PAN India (at least one location in each of the four zones) based Microsoft
i. Submit copies of self-certified work orders/contract copies of min. Rs. 10 Lakhs rupees (showing claimed contract value) from related business from min. two organisations.
ii. Submit copies of the satisfactory execution & performance certificates issued
Page 45 of 61
Active Directory Solution installed and maintained.
by at least one reputed organization where PAN India based Microsoft Active Directory Solution installed and maintained.
3 Bidder should indicate number of skilled manpower resources on its rolls for the past one year.
Minimum 100 nos. Provide a self-certified list of qualified, skilled manpower resource with - a. Names, b. qualifications, c. Location d. Experience - total and with the bidding entity, Bidder should provide along with the proposal, the names, qualification and experience of the personnel along with the project leader who will be available for this project.
4 The bidder should be ISO 9001:2008 certified.
Certificate A Self-certified Copy of the certificate
5 The bidder should be CMMI Level 3 or above
Certificate A Self-certified Copy of the certificate
6 The bidder should be authorized channel/distribution partner of Microsoft and Server OEM.
Certificate Should provide OEM Certificate / Manufactures Authorization Certificate specific to RFP: a) From Microsoft for
supply of Microsoft Licenses and
b) From Server OEM for supply of Servers from Server OEM.
7 Minimum Average Audited Annual
Turnover of the bidder’s firm of last three financial years i.e. 2011-12, 2012-13 & 2013-14.
Rs. 1 Crore 1. Audited Balance Sheet and Profit & Loss Statement for last three financial years i.e. 2011-12, 2012-13 & 2013-14 are to be submitted as
Page 46 of 61
documentary evidence, along-with a certified summarised statement verified by a Chartered Accountant, on his letterhead, showing :- i.the Total Annual Turnover (Rs.in crores)
ii. Turnover from Microsoft Active Directory Solution ( Rs. In Crores) if total turnover includes other business turnover iii. The financial statements and other documents provided must be on the applicant’s / bidder’s own name.
8 The bidder should not have been black listed at any time by any Government (Central or State)/ Government agency/PSU/ Financial Institution in the past since registration of entity.
An undertaking to this effect duly signed by the authorised signatory on letter head of the applicant entity.
9 The applicant / bidder must have an Indian Permanent Account Number (PAN).
A self-certified copy of the PAN Card
10 The applicant / bidder must have a currently valid Service Tax and VAT Registration Certificate.
A self-certified copy each of the Service Tax and VAT Registration Certificate
11 Earnest Money deposit Proof of submission of EMD to be attached.
Note: The Bidder should give responses to the clauses above as Yes or No without any remarks, riders or conditions.
Page 47 of 61
Annexure- VII TENDER No. AI/DIT/MSAD/2015-16 dated 18.05.2015
Undertaking (on bidder’s letter head)
To, GM (Material Management) Material Management Department Air India Ltd. SAFDARJUNG AIRPORT, NEW DELHI-110003. Sir,
Reg.: Our Bid for Airline Active Directory Implementation We submit our Bid Document herewith. We understand that
Air India is not bound to accept the lowest or any bid received by Air India and Air India may reject all or any bid without assigning any reason whatsoever.
If our Bid for the implementation of Microsoft Licenses, Servers and Implementation of Active directory project is accepted, we undertake to enter into and execute at our cost, when called upon by Air India to do so, a contract in the prescribed form. Unless and until a formal contract is prepared and executed, this bid together with Air India’ written acceptance thereof shall constitute a binding contract between us.
If our bid is accepted, we shall be jointly and severally responsible for the due performance of the contract and shall provide all the deliverables as required as per the specifications under the tender
Air India may accept or entrust the entire work to one bidder or divide the work to more than one bidder without assigning any reason or giving any explanation whatsoever.
Bidder means the bidder who is decided and declared so after examination of commercial bids.
Date: ______ Place: ______
Yours faithfully,
Signature of Authorized Signatory Name of Signatory: Designation: Seal of Company
Page 48 of 61
Annexure- VIII TENDER No. AI/DIT/MSAD/2015-16 dated 18.05.2015
MANUFACTURER AUTHORISATION FORMAT (On MICROSOFT INDIA's letterhead)
Date: To AIR INDIA LIMITED AIRLINES HOUSE 113 GURUDWARA RAKABGANJ ROAD NEW DELHI-110001 Subject: Manufacturer authorisation against tender No. . AI/DIT/MSAD/2015-16 dated 18.05.2015 for procurement, of Microsoft Licenses, Servers and Implementation of Active directory in Air India and its Subsidiaries Dear Sir, We, M/s Microsoft India Pvt Ltd (Name of Manufacturer) having registered office at __________________hereby authorize M/s _____________ (Name of Bidder) to quote, supply implement and support Microsoft Active Directory (Software, Licenses etc) per Air India requirements mentioned in the subject RFP. We further confirm that all quoted software products will be fully supported and their patches and updates will be available for a minimum period of 05 years from the date of installation. The undersigned is authorised to issue such authorization on behalf of M/s Microsoft India Pvt Ltd. For M/s ________________ Signature & company seal Name Designation
E-mail/Mobile No.
Page 49 of 61
MANUFACTURER AUTHORISATION FORMAT (On Server Hardware’s OEM letterhead)
Date: To AIR INDIA LIMITED AIRLINES HOUSE 113 GURUDWARA RAKABGANJ ROAD NEW DELHI-110001 Subject: Manufacturer authorisation against tender No. . AI/DIT/MSAD/2015-16 dated 18.05.2015 for procurement, of Microsoft Licenses, Servers and Implementation of Active directory in Air India and its Subsidiaries Dear Sir, We, __________________(Name of Manufacturer) having registered office at __________________hereby authorize M/s _____________ (Name of Bidder) to quote, supply, install and support Servers and additional Hardware as per Air India requirements mentioned in the subject RFP. We, further Confirm that all quoted Hardware Equipment will be fully supported and their spares will be available for a minimum period of 05 years from the date of equipment installation and the equipment will not become obsolete during this period. The undersigned is authorised to issue such authorization on behalf of __________________(Name of Manufacturer) For M/s ________________ Signature & company seal Name Designation
E-mail/Mobile No.
Page 50 of 61
Annexure- IX TENDER No. AI/DIT/MSAD/2015-16 dated 18.05.2015
COMPLIANCE STATEMENT (On Bidder’s Letter Head)
DECLARATION 1. It is certified that we have studied and understood the terms and conditions of the Tender
Ref. No. 2. We hereby undertake and agree to unconditionally abide by all the terms & conditions and
scope of services stipulated by Air India in the Tender including all annexure, addendum and corrigendum.
3. All the details mentioned by us are true and correct and if Air India observes any
misrepresentation of facts on any matter at any stage, Air India has the absolute right to reject the bid/proposal and disqualify us from the bidding / selection process.
4. We confirm that we have noted the contents of the Tender and have ensured that there is
no deviation in filing our response to the Tender and that Air India will have the right to disqualify us in case of any such deviations.
Signature and Seal of Bidder
We certify that the product offered by us for Tender conforms to the Technical specifications stipulated by Air India with the following deviations.
List of deviations 1) 2) 3) 4) (If left blank it will be construed that there is no deviation from the specifications given above)
Authorized Signature and Seal Stamp of Bidder
Page 51 of 61
Annexure-X
TENDER No. AI/DIT/MSAD/2015-16 dated 18.05.2015
Bidder’s Profile
NOTE: BIDDERS ARE REQUESTED TO PROVIDE ADEQUATE DETAILS, INFORMATION AND SUPPORTING DOCUMENTS FOR EACH OF THE ABOVE ITEMS.
S.No Particulars Description
1 Name of the bidders / Company
2 Date of Establishment/ Incorporation
3 Complete Address Registered Office ----------------------------- Corporate/ Head Office
4 Bank Details including Account Name, Account Number, Bank & Branch Details, IFSC Code
5 Telephone Number Fax Number E-Mail Address Website
6 Financial Details (To ensure that the data given below matches with the audited Annual Reports copies filed with Technical Bid)
2010-11 2011-12 2012-13*
i. Turnover – Rs. In Lakhs
ii. Net Worth – Rs. in Lakhs
7 Please indicate whether any Bankruptcy / winding up proceedings initiated against the Bidder or its tie–up partner at any point in time at least in the last 5 years. (A Statutory Auditor certificate to this effect be also enclosed along with a self-certified declaration on a Company letterhead)
Page 52 of 61
Annexure- XI
TENDER No. AI/DIT/MSAD/2015-16 dated 18.05.2015
References letter details for Microsoft Active Directory Applications
Name of the Service Sector (Airline / Banking / Hospitality / Hotel) organization in India where similar system is implemented by the bidder. (Separate sheets may be enclosed for different client/s) . Copy of related purchase orders to be enclosed.
S. No. Details
1 Name of Service Sector (Airline/Aviation / Banking and financial sector / Hospitality / Hotel/PSU) organization in
India where Microsoft Active Directory Solution has been implemented and is currently running successfully
2 Reference Customer’s Contact details: Name Designation Email
3 Number of Microsoft Active Directory Users supported by the Solution
4 Time taken for implementation from Order date to Go-live
Note: Air India can contact reference customer to seek further information.
Page 53 of 61
Annexure- XII TENDER No. AI/DIT/MSAD/2015-16 dated 18.05.2015
NON-DISCLOSURE AGREEMENT (On the Letterhead of the bidder)
Strictly Private and Confidential GM (Material Management) Material Management Department Air India Ltd. SAFDARJUNG AIRPORT, NEW DELHI-110003.
[Date] Sir,
Non Disclosure Agreement
We acknowledge that during the course of bidding for Request for Proposal (RFP) floated for Airline Solution, we shall have access to and be entrusted with Confidential Information (commercial, technical, scientific, operational, administrative, financial, marketing, business, or intellectual property nature or otherwise), whether oral or written, relating to Air India and its business that is provided to us pursuant to this Agreement.
In consideration of Air India making Confidential Information available to us, we agree to the terms set out below:
1. We shall treat all Confidential Information as strictly private and confidential and take all
steps necessary to preserve such confidentiality. 2. We shall use the Confidential Information solely for the preparation of our response to the
RFP / Development & implementation of Microsoft Licenses, Servers and Implementation of Active directory system solution and not for any other purpose whatsoever.
3. We shall not disclose any Confidential Information to any other person or firm without the prior written consent of Air India.
4. This Agreement shall continue perpetually unless and to the extent that Air India may release it in writing.
5. Acknowledge that no failure or delay by Air India in exercising any right, power or privilege under this Agreement shall operate as a waiver thereof or shall any single or partial exercise thereof or the exercise of any other right, power, or privilege.
Yours sincerely Signature and Stamp of Company [Authorized Signatory (same as signing the proposal) – Bidder] Name: Position: Date: We have read this Agreement fully and confirm our agreement with its terms
Page 54 of 61
Annexure- XIII TENDER No. AI/DIT/MSAD/2015-16 dated 18.05.2015
P R I C E B I D F O R M A T
TABLE 1: Quad Core dual processor Xeon Servers (Make & Model No.________________________)
SNo Cost Head Delivery
Ex-Delhi
Delivery
Ex-Mumbai
Delivery
Ex-Kolkata
Delivery
Ex-Chennai
1 Basic Unit Price (with 3 years
warranty)
2 Excise Duty if any (Indicate
amount and %)
%
%
%
%
3 Sales Tax / VAT (Indicate amount
and %)
% % % %
4
Misc. charges, if any
(Octroi/duties/levies etc.)
Indicate amount and %
% % % %
5 Freight & forwarding charges.
6 Installation & Commissioning
Charges as per AI requirements
7 Any other cost to be borne by Air
India
8 Unconditional Discounts, if any
9 Total (1+2+3+4+5+6+7-8)
10 Quantity of Quad Core dual
processor Xeon Servers 05 05 02 02
11 Total value (9X10) in Figures
Total value (9X10) in words
Reference 1A 1B 1C 1D
Total cost of items of Table 1: 1A +1B+1C+1D=1
TABLE 2: Quad Core Single processor Xeon Servers (Make & Model No.________________________)
SNo Cost Head Delivery
Ex-Delhi
Delivery
Ex-
Mumbai
Delivery
Ex-
Kolkata
Delivery Ex-
Chennai
Delivery Ex-
Hyderabad
Delivery Ex-
Bangalore
Delivery
Ex-Kochi
Page 55 of 61
1 Basic Unit Price (with 3
years warranty)
2
Excise Duty if any
(Indicate amount and
%)
%
%
%
%
%
%
%
3
Sales Tax / VAT
(Indicate amount and
%)
% % % % % % %
4
Misc. charges, if any
(Octroi/duties/levies
etc.) Indicate amount
and %
% % % % % % %
5 Freight & forwarding
charges.
6
Installation &
Commissioning
Charges as per AI
requirements
7 Any other cost to be
borne by Air India
8 Unconditional
Discounts, if any
9 Total
(1+2+3+4+5+6+7-8)
10
Quantity of Quad Core
single processor Xeon
Servers
01 02 01 01 01 01 01
11
Total value (9X10) in
Figures
Total value (9X10) in
words
Reference 2A 2B 2C 2D 2E 2F 2G
Total cost of items of Table 2: 2A +2B+2C+2D+2E+2F+2G=2
TABLE 3: 8-Port IP KVM Switch (Make & Model No.________________________)
SNo Cost Head Delivery Ex-Delhi Delivery Ex-Mumbai
Page 56 of 61
1 Basic Unit Price (with 3 years warranty)
2 Excise Duty if any (Indicate amount and %)
%
%
3 Sales Tax / VAT (Indicate amount and %) % %
4 Misc. charges, if any (Octroi/duties/levies etc.)
Indicate amount and %
% %
5 Freight & forwarding charges.
6 Installation & Commissioning Charges as per AI
requirements
7 Any other cost to be borne by Air India
8 Unconditional Discounts, if any
9 Total (1+2+3+4+5+6+7-8)
10 Quantity of: 8-Port IP KVM Switch 01 01
11 Total value (9X10) in Figures
Total value (9X10) in words
Reference 3A 3B
Total cost of items of Table 3: 3A +3B=3
TABLE 4: USB KVM Cables (Make & Model No.________________________)
SNo Cost Head Delivery Ex-Delhi Delivery Ex-Mumbai
1 Basic Unit Price (with 3 years warranty)
2 Excise Duty if any (Indicate amount and %)
%
%
3 Sales Tax / VAT (Indicate amount and %) % %
4 Misc. charges, if any (Octroi/duties/levies etc.)
Indicate amount and %
% %
5 Freight & forwarding charges.
6 Installation & Commissioning Charges as per AI
requirements
7 Any other cost to be borne by Air India
Page 57 of 61
8 Unconditional Discounts, if any
9 Total (1+2+3+4+5+6+7-8)
10 Quantity of USB KVM Cables 08 08
11 Total value (9X10) in Figures
Total value (9X10) in words
Reference 4A 4B
Total cost of items of Table 4: 4A +4B=4 TABLE 5: 17” Rack mounted LCD Console (Make & Model No.________________________)
SNo Cost Head Delivery
Ex-Delhi
Delivery
Ex-Mumbai
Delivery
Ex-Kolkata
Delivery
Ex-Chennai
1 Basic Unit Price (with 3 years
warranty)
2 Excise Duty if any (Indicate
amount and %)
%
%
%
%
3 Sales Tax / VAT (Indicate amount
and %)
% % % %
4
Misc. charges, if any
(Octroi/duties/levies etc.)
Indicate amount and %
% % % %
5 Freight & forwarding charges.
6 Installation & Commissioning
Charges as per AI requirements
7 Any other cost to be borne by Air
India
8 Unconditional Discounts, if any
9 Total (1+2+3+4+5+6+7-8)
10 Quantity of 17” Rack mounted
LCD Console 02 02 01 01
11 Total value (9X10) in Figures
Total value (9X10) in words
Reference 5A 5B 5C 5D
Page 58 of 61
Total cost of items of Table 5: 5A +5B+5C+5D=5
TABLE 6: 42U-19” Network Rack (Make & Model No.________________________)
SNo Cost Head Delivery Ex-Delhi
1 Basic Unit Price (with 3 years warranty)
2 Excise Duty if any (Indicate amount and %)
%
3 Sales Tax / VAT (Indicate amount and %) %
4 Misc. charges, if any (Octroi/duties/levies etc.) Indicate amount
and %
%
5 Freight & forwarding charges.
6 Installation & Commissioning Charges as per AI requirements
7 Any other cost to be borne by Air India
8 Unconditional Discounts, if any
9 Total (1+2+3+4+5+6+7-8)
10 Quantity of 42U-19” Network Rack 01
11 Total value (9X10) in Figures
Total value (9X10) in words
Reference 6A
TABLE 7: Software Costs (All Software licenses are to be delivered in Delhi)
1
Software Items
Qty Currency Unit Rate
Amount
a) Microsoft WinSvrCAL 2012 SNGL OLP NL
DvcCAL (Part Code: R18-04276)
5871
b) Microsoft PrjcPro SNGL LicSAPk OLP C
w1PrjctSvrCAL (Part Code: H30-00141
09
c) Microsoft VisioPro SNGL LicSAPk OLP C (Part Code: D87-01097)
14
d) Microsoft VSPro 2013 SNGL OLP C (Part Code: CSE-01130)
46
Page 59 of 61
e) Microsoft VSProwMSDN ALNG LicSAPk OLP C (Part Code: 77D-00090)
81
f) Microsoft VSUltwMSDN ALNG LicSAPk OLP C (Part Code: 9JD-00106)
04
2 Excise Duty if any (Indicate amount and %)
%
3 Sales Tax / VAT (Indicate amount and %) %
4 Misc. charges, if any (Octroi/duties/levies etc.) Indicate
amount and %
%
5 Any other cost to be borne by Air India
6 Unconditional Discounts, if any
7 Total in Figures (1+2+3+4+5-6)
8 Total in Words (1+2+3+4+5-6)
Reference 7A
TABLE 8: Other Charges
S.N Items Amount (INR)
1 Installation and Commissioning of Microsoft Active Directory as per AI functional and technical requirements mentioned in Annexure-III
2 Training Charges, if any
3
Manpower costs- – Indicate Manpower costs per month (all inclusive) for each location - Yr. 1 to Yrs. 3 1 Engineer on 8x5 basis from 0930 hours to 1730 hours
At each location as required as per Sr.No.12 of Annexure-II above.
Delhi, CC Palam
1st yr
2nd yr
3rd yr
Mumbai Old Apt
1st yr
2nd yr
3rd yr
Chennai 1st yr
Kolkata 1st yr
4 Service Tax (Indicate amount and %)
%
5
Misc. reimbursable charges, if any and any other cost
(Indicate Nature, Amount and %)
%
6 Any other cost to be borne by AI
7 Unconditional Discounts, if any
Page 60 of 61
8 Total (1+2+3+4+5+6-7) in figures
9 Total value in words (1+2+3+4+5+6-7)
Reference 8A
Note: The above charges include the cost of 3 years warranty of the entire MS Active Directory System including all Hardware, Software, licenses etc. IMPORTANT POINTS: a) L1 = {Lowest total of Table1-8 (1+2+3+4+5+6A+7A+8A) with NPV @ 10% discount wherever
applicable + loading if any, on account of variation in payment terms will be @ 15% per annum}
b) The bidders should fill up all fields of the Table above.
c) In case the price is not relevant to a given field of the Table, or has been included in the total price, the same should be entered as “Not Applicable” or “Included in the basic price”, as applicable. In case the column is left blank it will be treated as included.
d) VAT must be clearly indicated with the percentage thereof (as and where applicable)
e) Unconditional discount, if any, should be clearly indicated.
f) Miscellaneous charges, if any, should be indicated separately (with details thereof).
g) Any other costs to be borne by Air India should be clearly indicated.
h) Conditional discount, if any, will not be considered for deciding L-1.
i) If the prices quoted in Commercial Bid are in USD or any other currency, IATA exchange rate prevalent as per our System on the day of opening of the Commercial Bids will be used for conversion from the quoted currency to INR for the purposes of evaluation
j) The bidders are advised to ensure that the prices and other details are filled in correctly and completely in the above format Submission of incorrect or incomplete information or with arithmetical errors in compilation of the data would be at the bidder’s sole risk, and the decision of AIR INDIA LIMITED in such cases would be final and binding.
CERTIFICATION: Certified that: a) There are no hidden costs to Air India over and above that indicated above b) The benefit of reduction in statutory taxes / levies, if any, arising during the term of the
contract, if awarded in our favour, would be passed on to Air India. c) We have read, understood and accept all the terms and conditions of the tender
AUTHORISED SIGNATORY (NAME AND DESIGNATION)
COMPANY STAMP
Page 61 of 61
Annexure –XIV TENDER No. AI/DIT/MSAD/2015-16 dated 18.05.2015
Checklist
Bidder Name: ___ S.No Requirements Criteria check list Bidder’s
Response YES / NO
1 Supply of Microsoft Licenses, Servers, additional Hardware and Implementation of Active directory in Air India and its Subsidiaries
2 Submit POs / Contracts / Work Orders/Performance Certificate & Completion Certificate of Microsoft Active Directory Solution
3 Provide Audited financial reports of last 3 years (2011-2012, 2012-13, 2013-14) and letter from CA on his letterhead
4 Submit self-certified copies of company Incorporation Certificate
5 Self-certified copy of the PAN Card
6 Proof of submission of EMD to be attached
7 Self-certified copy each of the Service Tax and VAT Registration Certificate
8 Should not have been black listed at any time by any Government (Central or State)/ Government agency/PSU/Financial Institution in the past since registration of entity.
9 Provide details of ISO 9001:2008 and CMMI certifications
10 Provide MAF from Microsoft and Server OEM
11 Letter from Server OEM for five years product support and having back to back arrangement for warranty support
Note: The Bidder should give responses to the clauses above as Yes or No without any remarks, riders or conditions.