Web site for download and submission of tender:- Cloud Servers Tender Schedule.pdf15.2 Section 1:...
Transcript of Web site for download and submission of tender:- Cloud Servers Tender Schedule.pdf15.2 Section 1:...
Page 1 of 29
Signature of the bidder along with their official seal
Andhra Pradesh Central Power Distribution Corporation Limited Corporate Office, Beside Govt. Polytechnic, ITI Road, Vijayawada-520008
Tender Notification No. 2/2020-21 of APCPDCL/CMD/CGM(O&M)Dt.29-
04-2020
Name of work :- APCPDCL - SAP&IT - Procurement of servers on cloud
for hosting of SAP and IT applications of APCPDCL for a
period of 3 years.
CHIEF GENERAL MANAGER, O&M,
Corporate office, Beside GovtPolyTechnic, ITI Road, Vijayawada - 520 008
Web site for download and submission of tender:-https://tender.apeprocurement.gov.in
APCPDCL web site:-www.apcpdcl.in
Point of contact:-
1) GM/SAP&IT- 94906 18834 (Make WhatsApp call, if number is not reachable)
2) CGM/O&M – 83329 99178 (-do-)
Page 2 of 29
Signature of the bidder along with their official seal
Index
Sl No Description of Item Page
No
1 Notice Inviting Tenders (NIT) 3
2 Instructions to bidders 4
3 Check List – Documents to be uploaded in e-Procurement platform 7
4 Submission of bids 8
5 Pre-Qualification/ Eligibility evaluation 8
4.3.1 Bidder criteria 8
4.3.2 CSP criteria 10
6 Technical evaluation 11
7 Commercial bids evaluation 12
8 Bid security or EMD(Earnest Money Deposit) 13
9 SD – Security Deposit 13
10 Providing of cloud servers 14
11 Payment conditions 14
12 Project Scope & Deliverables 14
13 Operations & maintenance with optimization of cloud services 15
13.1 Resource Management 15
13.2 Patch & configuration management 15
13.3 User administration 16
13.4 Mandatory network & Security requirements 16
13.5 Security Administration 17
13.6 Backup 17
13.7 Monitoring performance and service levels 18
13.8 Usage reporting and billing management 18
13.9 Infrastructure event management 18
13.10 Miscellaneous 19
14 Exit Management/ Transition-out services 19
15 Appendix-1 Existing and proposed infra for hosting SAP and IT
applications of APCPDCL
21
15.1 Approximate quantities of vCPUs, RAM, storage and OS required for
APCPDCL and design solutions proposed by the bidders for the
requirement
21
15.2 Section 1: Virtual Machines with vCPUs, RAM, Storage and OS 22
15.2.1 Server sizing for SAP HANA databases with SUSE Linux Enterprise OS 22
15.2.2 Server Sizing for SAP applications with SUSE Linux Enterprise OS 23
15.2.3 Servers for IT Databases and applications 24
15.2.4 Total approximate requirement of vCPUs, RAM and Disk storage space for
hosting Discom SAP data bases& applications and IT data bases &
applications
25
15.3 Section 2: Additional mandatory services 26
16 Price Bid / Financial Bid/ Commercial Bid/ Schedule-A 27
Page 3 of 29
Signature of the bidder along with their official seal
1. Notice Inviting Tenders (NIT)
1.1. Tender details
1 Department name ANDHRA PRADESH CENTRAL POWER DISTRIBUTION
CORPORATION LIMITED (APCPDCL)
2 Tender Notice No 2/2020-21 of APCPDCL/CMD/CGM(O&M)Dt.29-04-2020
3 Name of the work APCPDCL - SAP&IT - Procurement of servers on cloud for hosting
of SAP and IT applications of APCPDCL for a period of 3 years
4 Period of contract 3 (three) years.
5 Bid type Open
6 Bid category Software
7 Bid Security Rs 15 lakhs (Rupees fifteen lakhs only)
8 Bid Security
payable to
Online money transfer through NEFT/RTGS to the APCPDCL bank
account details as mentioned under item Bid security/ EMD (Earnest
Money Deposit)
1.2. Important dates along with activities
SL
No
Activity Date and Time
1 Publication of tender notice in national level English
daily news papers
On Dt:- 29- 4-2020
2 Download of tender Schedule from
https://tender.apeprocurement.gov.in web site
From 5.00PM on Dt:- 29-
4 -2020
3 Receipt of pre-bid queries in our department mail login
From 29-4-2020 to 3-5-
2020 up to 5.00PM
4 Pre bid meeting with bidders through conference call
to clear doubts regarding queries received.
Dt:-5-5-2020, From
11.00AM to 1.30PM
5 Tender schedule download closing date & time 3.00PM on Dt:-13-5-2020
5 Bid submission (in two parts 1. Technical bid, 2.Price
bid) closing date and time through AP eProcurement
login
5.00PM on Dt:-13-5-2020
6 Bid submission Only through AP
eProcurement login
7 Opening of Technical bids. At 5.15PM on Dt:- 13-5 -
2020
8 Opening of Price bids Will be opened online
Page 4 of 29
Signature of the bidder along with their official seal
2. Instructions to Bidders
The Chief General Manager, O&M, APCPDCLinvites bids on e-platform for above work, for which
dates and time specified in the NIT, and will be opened by (him) or his nominee at APTRANSCO
corporate office on the date and time mentioned in the NIT.
2.1. The intending Bidders would be required to enroll themselves on the ‘e’-procurement market
place athttps://tender.apeprocurement.gov.in
2.2. The Bids should be in the prescribed form invited on e-procurement by the CHIEF
GENERAL MANAGER, O&M, Corporate office, Beside GovtPolyTechnic, ITI Road,
Vijayawada - 520 008 (as specified in NIT)that can be downloaded free of cost from the
website https://tender.apeprocurement.gov.in or from www.apcpdcl.in.
2.3. The dates stipulated in the Bid notice i.e. NIT are firm and under any circumstances they will
not be relaxed unless officially extended.
2.4. The Bidder should upload scanned copies as specified in the checklist and all enclosures
required for the schedules and Appendices. Bidders should produce the originals of Bid
Security and all other documents for verification if asked for by the Competent Authority
within 3 (Three) days.
2.5. Transaction fee : The Transaction fee at 0.03% on ECV (Estimated Contract Value) in
total against which the Bidder has offered his Bidwithacap of Rs.10,000/- for all
procurements with ECV up to Rs.50.00 Crore and Rs.25,000/- for procurements with ECV
above Rs.50.00 Crore, and18% on transaction fees as GST. Transaction fee & other charges
shall be paid by either Credit Card or Debit Card. The Payment Gateway accepts all Master
and VISA credit cards issued by any bank to conduct the transaction. The facility is
mandatory for all bidders.
2.6. Corpus fund:The successful bidder shall pay an amount equivalent to 0.04% of Estimated
Contract value against which contract is awarded with a cap of Rs.10,000/- (Rupees ten
thousand only) for all works/supplies with ECV up to Rs.50.00 Crore and Rs.25,000/-
(Rupees Twenty Five thousand only) for works/supplies with ECV above Rs.50.00 crore on
e-procurement platform before entering into agreement/ issue of purchase orders, towards e-
Procurement fund in favour of Managing Director, APTS, Vijayawada through the
Agreement authority.
2.7. Bidders / Firms eligible to Bid: The Bidders / Firms who
2.7.1. Are not blacklisted or debarred or suspended by any department for whatever be the
reason, prohibiting them not to continue in the contracting business
2.7.2. Have complied with the eligibility criteria specified in the terms and conditions in the
schedule.
Page 5 of 29
Signature of the bidder along with their official seal
2.8. Bidders / Firms ineligible to Bid:
2.8.1. A retired officer of the Govt. of AP or Govt. of India executing works/ supplies is
disqualified from Bidding for a period of two years from the date of retirement
without the prior permission of the Government.
2.8.2. The Bidder who has employed any retired officer as mentioned above shall be
considered as an ineligible Bidder.
2.8.3. The Bidder himself or any of his employees is found to be a Gazetted Officer who
retired from Government Service and had not obtained permission from the
Government for accepting the Bidder’s employment within a period of 2 years from
the date of his retirement.
2.8.4. The Bidder or any of his employees is found at any time after award of contract, to be
such a person who had not obtained the permission of the Government as aforesaid
before submission of the Bid or engagement in the Bidder’s service.
2.8.5. Bidder shall not be eligible to Bid for works in APCPDCL where any of his near
relatives are employed in the rank of Assistant Engineer or Assistant Executive
Engineers and above on the Engineering side and Assistant Accounts Officer and
above on the accounts side. The Bidder shall intimate the names of persons who are
working with him in any capacity or are subsequently employed. He shall also
furnish a list of Gazetted /Non-Gazetted State Government Employees related to him.
Failure to furnish such information Bidder is liable to be removed from the list of
approved Bidders and his contract is liable for cancellation.
Note: Near relatives include
Sons, step sons, daughters, and step-daughters.
Son-in-law, and daughter-in-law.
Brother-in-law, and sister-in-law.
Brothers and Sisters.
Father and Mother.
Wife / Husband.
Father-in-law and Mother-in-law
Nephews, nieces, uncles and aunts
Cousins and
Any person residing with or dependent on the Bidder.
2.8.6. The companies which are blacklisted by any other utility and whose promotor’s firms
or companies were already blacklisted/debarred by any other utility, No work/
contract/ order will be awarded/ placed to companies which are blacklisted by any
other utility and whose promoter’s firms of companies were already black listed/
debarred by any other utility. Bidders have to furnish a declaration/undertaking in
this regard along with the bid. Bids without this declaration are liable for rejection.
Page 6 of 29
Signature of the bidder along with their official seal
2.9. One Bid per Bidder:
Each Bidder shall submit only one Bid. A Bidder who submits more than one Bid will cause dis-
qualification of all the Bids submitted by the Bidder
2.10. Cost of Bidding :
The Bidder shall bear all costs associated with the preparation and submission of his Bid and the
Bid inviting authority will in no case be responsible and liable for those costs.
Page 7 of 29
Signature of the bidder along with their official seal
3. Check list :- Documents to be enclosed along with bid while submission of
Tender
The bidders shall invariably upload the information and records listed in the check list belowon e-
procurement platform, and also confirm by marking Yes or No. The same shall have to be
furnished either personally or through courier or by post in the stipulated time, if asked by the
Purchaser.
SL No Document Yes/No
3.1. Scanned copy of proof of payment of Bid security/EMD( Earnest Money
Deposit) through NEFT/RTGS
3.2. a) Bidder’s Certificate of incorporation /Certificate of Registration b) Bidder’s Memorandum and articles of Association/ Partnership deed. c) GST registration , Permanent Account Number (PAN)
3.3. Bidder’s turnover certificate from statutory auditors/ chartered accountant/
published financial document
3.4. Bidder’s quality certifications – ISO 9001
3.5. Bidder’s quality certifications – ISO 27001
3.6. Bidder experience certificate issued by Central/ State Government/Public listed
private organizations
3.7. Letter of support/ authorization from the CSP to the bidder for providing
services to this particular project
3.8. Bidder’s Self-certified letter stating not involved in corrupt or fraudulent
practices
3.9. CSP’s Letter of Empanelment issued by Meity or
Valid Proof for existence in Gartner’s Magic Quadrant.
3.10. CSP’s Turnover certificate from statutory auditors/ chartered accountant/
published financial document
3.11. CSP’s years of experience in offering cloud services
3.12. CSP’s SLA as per the published SLAs in India Datacenters
3.13. CSP’s capacities for futuristic requirements like AI/ML services, Analytics, Data
Lakes, IOT, Big data
3.14. CSP quality certifications ISO 27001, ISO 27017, ISO 27018
3.15. CSPs additional security accreditations SOC1, SOC2 and SOC3
3.16. Bidder’s Solution design and implementation methodology
3.17. Bidder’s Migration planning
3.18. Certificate of SAPS for vCPUs offered by the vendor
Page 8 of 29
Signature of the bidder along with their official seal
4. Submission of bids:
4.1. Bids should be in the prescribed form, which can be obtained from ‘e-procurement’ platform
from the date of electronic publication up to the time and date indicated in the Bid notice. The
intending bidders would be required to enroll themselves on the ‘e-procurement’ market-place
https://tender.apeprocurement.gov.in. Those bidders who register themselves in
the ‘e-procurement’ market place can download the Bid specification and the Bid schedules
free of cost.
4.2. The bidder shall authenticate the bid with his digital certificate for submitting the bid
electronically on e-procurement platform and the bids not authenticated by digital
certificate of the bidder will not be accepted on the e-procurement platformas per the
G.O.Ms.No.6, I.T&C Department, AP, dated 28-02-2005.
4.3. The bidders who are desirous of participating in “e-procurement” shall submit their
technical bids, price bids etc., in the standard formats prescribed in the Bid documents,
displayed at “e” market place. The bidders should invariably upload the statement
showing the list of documents etc., in the “e” market place in support of their Technical
bids. The bidder should load scanned copies of all relevant certificates. The bidder shall
sign on all the statements, documents, certificates, uploaded by him, owning
responsibility for their correctness/ authenticity.
4.4. If any bidder uploads the Bid without paying Bid security, he will be blacklisted. Similarly, if
any of the certificates, documents etc., furnished by the Bidder are found to be
false/fabricated/bogus, the Bidder will be blacklisted and bid security forfeited.
4.5. Bids in the form of email, telegraphic quotations, fax quotations, post, courier or in any other
form will not be entertained under any circumstances, except under e-Procurement platform.
Clarification, amplifications, and / or any other correspondence from the Bidder subsequent to
the opening of bid will not be entertained. The Bidders are advised to ensure that their bids are
uploaded in complete shape at the first instance itself.
4.6. Bids will remain valid for the period of ninety (90) days from the date of bid opening on e-
Procurement. A bid valid for a shorter period will be rejected.
4.7. All and any disputes or differences arising out of or touching this contract will be decided by
the Courts or Tribunals situated in APCPDCL/Andhra Pradesh Headquarters only. No suit or
other legal proceedings will be instituted elsewhere.
5. Pre-Qualification / Eligibility Evaluation
5.1. Bidders are requested to submit their quote in two parts (1) Technical Bid (2) Price
Bid/Financial Bid/Commercial bid. Technical bids of all the tenders are opened and evaluated
Page 9 of 29
Signature of the bidder along with their official seal
by the committee of APCPDCL, based on the conditions stipulated in the tender schedule. But
price bid/ Financial bid / Commercial bid will be opened pertaining to those bidders, who
have qualified or fulfilled given eligibility criteria as per the conditions of Technical bid.
5.2. The bidder can be a CSP(Cloud Service Provider) or an authorized partner of the CSP. In case
of an authorized partner, the CSP can authorize any number of bidders for the purpose of this
tender.
5.3. The eligibility criteria are given as below:-
S.No Particulars Eligibility Criteria Documents to be enclosed
5.3.1. Bidder Criteria
1 Legal Entity
The bidder should be either:
● A company registered under the
Indian Companies Act, 2013 OR
● A partnership firm registered under
the Limited Liability Partnerships
(LLP) Act, 2008 OR
● A partnership firm registered under
the Indian Partnership Act, 1932.
a. Certificate of
Incorporation /Certificate of
Registration
b. Memorandum and
Articles of Association
/Partnership deed.
2 Turnover
The bidder should have a minimum
annual turnover of Rs.25 cores and
positive net worth in each of the last two
financial years i.e. (2017-18, 2018-19).
Certificate from statutory
auditors / chartered
accountant / published
financial document clearly
certifying the turn over.
3 CSP Authorization
Bidders need to be authorized by the
proposed CSP to participate in the bid
and shall provide the services only from
that CSP under this bid.
Letter of support/
Authorization Letter from
the CSP to the Bidder for
providing services for this
particular Project.
4 Disclosures
The bidder shall submit the undertaking
that their entity :-Has not been under a
declaration of ineligibility for corrupt or
fraudulent practices and should not be
blacklisted by any State Govt. / Central
Govt. / Board, Corporations and
Government Societies / PSU for any
reason.
Self-Certified letter
5.3.2. CSP Criteria
Page 10 of 29
Signature of the bidder along with their official seal
1
MeitY
empanelment as
CSP(OR)
Industry
Accreditation
The proposed CSP should meet all the
conditions specified by MeitY (Ministry
of Electronics & Information
Technology, Gov of India) for providing
cloud services(OR) CSP should be
present in the Gartner’s Leaders
Quadrant for Cloud Infrastructure as a
service worldwide.
Letter of Empanelment
issued by Meity or
Valid Proof for existence in
Gartner’s Magic Quadrant.
2 Turnover
CSP should have annual turnover in
India from cloud services of Rs.100
Crore in each of the last two (2)
financial years i.e. (2017-18, 2018-19).
Certificate from statutory
auditors / chartered
accountant / published
financial document clearly
certifying the turnover
requirements from Cloud
Services
3 CSP Quality
certifications
Bidder must propose CSP which has the
following third-party certifications:
● ISO 27001
● ISO 27017
● ISO 27018
Third Party Certificates
copies issued by any one of
the Big Four Consultancy
firms (EY, PwC, Deloitte,
KPMG)
4 Additional Security
accreditations SOC1, SOC2, SOC3
Self-certificate issued on
CSPs letterhead
5
SAP HANA
database and
Oracle database
At present Discom is running their
application in SAP HANA database and
Oracle database. The CSP should be
capable to offer compute services which
shall support Discoms SAP HANA
database and Oracle databases
Proof of certifications are to
be provided
6 Data Centre
location
CSPs data Centre shall be located within
India and all the SAP and IT
applications of Discom shall be hosted
in cloud servers within India.
Proof of certification is to
be provided
Page 11 of 29
Signature of the bidder along with their official seal
6. Technical Evaluation
6.1. The evaluation of the bidders will be carried out by the Committee as per the Technical
Evaluation criteria stated in the RFP document. Only the bidders who qualify in the
technical evaluation round shall be eligible for next round of evaluation i.e. Commercial Bid
Opening. Bids of the bidders, who do not qualify in the technical evaluations stage, will be
rejected and will not be eligible for any further processing.
6.2. The technical evaluation of the bidders shall be done based on the following parameters:
S.No Evaluation Criteria Max.
Marks
1
Average Annual Turnover, in the last two financial years for which bidder’s
accounts have been audited (2017-18 & 2018-19):
● Rs.25 crore or more but less than Rs.50 crore – 5 marks
● Rs.50 crore or more – 10 marks
10
2
Bidder Accreditations
● ISO 9001 – 5 marks
● ISO 27001 – 5 marks
10
3
Number of similar Works handled by the bidder from Central / State Government or
Publicly listed Private organizations during the past three financial years.
● One IT Project from State Power Utility Company of value > 20 Crores – 4
marks
● Three IT Projects each value >5 Crore from Indian Central / State
Government organizations (projects exclusive of state power utility project
covered above) – 6 marks (2 marks x 3nos)
10
4
MeitY empanelment as CSP or
CSP’s presence in Gartner’s Leaders Quadrant for Cloud Infrastructure as a service
worldwide.
Valid Proof for anyone of the above conditions is to be submitted.
10
5
Availability SLA of >= 99.99% on the compute and block storage services offered
by the CSP as per the published SLAs of the CSP in India Datacenters:
● < 99.99% - 0 marks
● >= 99.99% - 10 marks
20
6
Solution Design and implementation Methodology. Following points will be
considered:
● Application migration approach and methodology
● Solution design & architecture of the proposed cloud environment.
20
Page 12 of 29
Signature of the bidder along with their official seal
Evaluation based on below criteria
I. Redundancy
II. High Availability
III. Interoperability/Integration
IV. Standard Operating Procedures
V. Dashboard and monitoring
VI. Scalability
VII. Network Connectivity
VIII. Ease of Operations
● Capability of CSP to offer advanced services for futuristic requirements
like AI/ML services, Analytics, Data lakes, IOT, Big data etc.
7
Technical presentation and evaluation of various features of Cloud Services w.r.t
ease of use. The bidder would be required to provide a demo to the technical
committee. The bidder would be required to provide all possible technical /
administrative support during this evaluation. The bidder is requested to provide
POC before evaluation of Technical bid.
20
6.3. Ease of using the cloud services would be given higher importance while evaluating the
technical presentation and demonstration.
6.4. Only those bidders who secure a Technical Score of 80 or more shall be considered for
opening and evaluation of their Commercial bid.
7. Commercial Bids Evaluation
7.1. Commercial bids would be opened only for those Bidders, who secure the qualifying marks
in the Technical Evaluation as explained above, on the prescribed date.
7.2. A contract will be signed with the “Qualified and Responsive bidder” which will be based
on the rates identified in the financial bid (subject to downward revision by the “Qualified
and Responsive bidders” from time to time). EMDs of non-responsive bidders will be
returned immediately after concluding an agreement with the successful bidder.
7.3. Failure to abide by the RFP conditions may result in forfeiture of EMD &PBG.
7.4. Any conditional commercial bid will lead to disqualification of the entire bid and forfeiture
of the EMD.
7.5. Bidders quoting negative rates will be treated as non-responsive and will result in forfeiture
of the EMD.
7.6. Errors & Rectification:
7.6.1. If there is a discrepancy between words and figures in the financial bid, the amount in
words will prevail.
Page 13 of 29
Signature of the bidder along with their official seal
7.6.2. If the bidder doesn’t accept the correction of error(s) as specified, its bid will be
rejected and EMD will be forfeited.
8. Bid security or EMD (Earnest Money Deposit)
8.1. The tenderer shall deposit an amount of Rs 15 lakhs (Rupees fifteen lakhs only)
towards EMD in our department Bank A/C no by way of NEFT/RTGS details given below.
The tenderer shall scan and enclose proof of payment of Bid security/ EMD to APCPDCL
bank a/c to the technical bid. Failure to enclose the proof of payment of bid security/ EMD
leads to disqualification of bid.
Sl
No
Item Details
1 Name of the company APCPDCL
2 Name of the Bank SBI
3 Branch name SBI commercial Branch previously SMC Branch
4 Account type Current account
5 Bank A/C No 39024857551
6 IFSC code (for
RTGS/NEFT)
SBIN0016576
7 Telephone No of
Bank
0866-2455010
8 Address of the Bank SBI, Commercial Branch, D No 48-10-20,
Veeramachaneni Residency, Near NTR Medical
University, Ramavarappadu Ring Road, Vijayawada-
520008, A.P.
8.2. Submission of Bid security by way of cheque, cash, money order, call deposit or any other
forms are not be accepted.
8.3. The EMD of unsuccessful bidders will be returned by way of NEFT/RTGS or cheque/DD,
after concluding agreement with the successful bidder.
8.4. The EMD / Security Deposits paid by the bidders will not carry any interest.
8.5. Submission of Bid security by way of cheque, cash, money order, call deposit will not be
accepted
9. SD - Security Deposit
9.1. The successful tenderer shall submit Security Deposit at5% of tendered/ agreement value by
way of DD or cheque or Bank Guarantee within one week from the date of issue of LOI
(Letter of Intent) and conclude agreement immediately. The Bank guarantee shall be valid
Page 14 of 29
Signature of the bidder along with their official seal
for total agreement period plus six months. The EMD amount already paid by the bidder is
returned after receipt of Security deposit by way of DD or cheque or BG by the APCPDCL.
9.2. Failure to submit Security Deposit within one week lead to cancellation of work duly
forfeiting the EMD amount.
10. Providing of cloud servers :-
10.1. Bidder shall provide requisite cloud services along with all facilities as per the conditions of
tender schedule/ agreement in the manner as requested by the Discomwithin ONE WEEK
from the date of concluding agreement.
10.2. If the bidder is unable to provide requisite services as per the conditions and as per the
demand of APCPDCL within one week time, then contract will be cancelled duly forfeiting
the Security deposit amount.
11. Payment Conditions:-
11.1. Payment against Item(1) of agreement along with GST will be arranged after 30 days from
the date of GO-LIVE of all SAP & IT applications of APCPDCL on production of invoice.
11.2. Monthly payment against Item(2) of the agreement along with GST will be calculated based
on usage of services (Equivalent vCPUs, RAM and storage space as per Item(2) of Price
bid) provided by the bidder. This monthly payment will be arranged on or after 30 days
from the date of completion of each month on satisfactory provision of cloud services by the
bidder and on production of invoice.
11.3. Payment will be made in the form of NEFT/RTGS from the Bank account of APCPDCL
into the bidder.
11.4. Discom will make all arrangements for payment of bills to the vendor on time, on a regular
basis. However during some times, due to unexpected problems, if there is any delay in
payment of regular bills, then there should not be any stoppage of cloud services stating non
receipt of bills. Since being a State public utility Corporation, Discom will arrange payments
as per agreement conditions without fail. The vendor shall continue to provide cloud
services continuously without stoppage under all circumstances and our consumers and staff
of this public utility Corporation shall not be deprived of their regular services.
12. Project Scope & Deliverables
12.1. APCPDCL wishes to appoint a Bidder (MSP- Managed Services Provider)for providing
Cloud Services for a period of 3 years (excluding application migration & stabilization
period). The MSP together with CSP shall provide the Cloud services during the contract
period. If the services offered by the bidder for the first 36 months are satisfactory, then it
will be considered for extension of agreement for the next 24 months also. Cloud services
Page 15 of 29
Signature of the bidder along with their official seal
during application migration & stabilization period should be provided free of cost up to a
maximum of 3 months or up to GO-LIVE date whichever is earlier.
The brief scope of work is as follows.
12.2. Providing Cloud Infrastructure for APCPDCL Applications along with 24*7*365 days
support.
12.3. Bidder shall provide 24x7x365 managed services for the proposed Cloud Infrastructure.
12.4. Provisioning Cloud services for additional quantities at proposed rate.
12.5. Bidder must provide solution to meet all the requirements Mandatory Technical
Requirements indicated in the RFP
13. Operations& Maintenance with optimization of Cloud
services
13.1. Resource Management
13.1.1. Bidder should offer cloud services from CSP’s and should meet all the conditions
specified by MeitY (Ministry of Electronics & Information Technology, Gov of India)
for providing cloud services (OR ) CSP should be present in the Gartner’s Leaders
Quadrant for Cloud Infrastructure as a service worldwide and must ensure that
APCPDCL data resides only in India. Undertaking with respect to India data residency
to be provided on CSP’s letterhead.
13.1.2. While the initial sizing & provisioning of the underlying infrastructure may be carried
out based on the information provided in the RFP, subsequently, it is expected that the
bidder, based on the growth in the user load (peak and non-peak periods; year-on-year
increase), will scale up or scale down the compute, memory, and storage as per the
performance requirements of the solution and meet the SLAs using the auto-scaling
features provided by the CSP.
13.1.3. In addition to auto-scaling, for any major expected increase in the workloads, carry out
the capacity planning in advance to identify & provision, where necessary, the
additional capacity to meet the user growth and / or the peak load requirements to
support the scalability and performance requirements of the solution
13.1.4. The scaling up / scaling down (beyond the auto-scaling limits or whenever the auto-
scaling limits have to be changed) has to be carried out with prior approval by the
APCPDCL. The bidder shall provide the necessary details including the sizing
calculations, assumptions, current workloads & utilizations, expected growth / demand
and any other details justifying the request to scale up or scale down
Page 16 of 29
Signature of the bidder along with their official seal
13.2. Patch & Configuration Management
13.2.1. Bidder shall provide managed service for system patch and configuration management.
13.2.2. Critical security patches are applied as needed, or when updates or patches are released
from OS vendors.
13.2.3. Bidder must ensure patch and updates applies in a timely and consistent manner to
minimize the impact on business.
13.3. User Administration
13.3.1. Implement Identity and Access Management (IAM) that properly separates users by
their identified roles and responsibilities, thereby establishing least privilege and
ensuring that users have only the permissions necessary to perform their assigned tasks.
13.3.2. Administration of users, identities and authorizations, properly managing the root
account, as well as any Identity and Access Management (IAM) users, groups and roles
they associated with the user account
13.3.3. Offer fine-grained access controls including, conditions like time of the day, originating
IP address, use of SSL certificates, or authentication with a multi-factor authentication
device.
13.3.4. Provide a mechanism to test the effects of access control policies that are attached to
users, groups, and roles before committing the policies into production. Support a
policy validator to automatically examine non-compliant access control policies.
13.3.5. Implement multi-factor authentication (MFA) for the root account, as well as any
privileged Identity and Access Management accounts associated with it.
13.4. Mandatory Network & Security Requirements: CSP should provide the evidence of
the services by providing the public URL of the service offerings along with the
public pricing of the services.
13.4.1. Next Generation Firewall (NGFW). Should support packet filtering, VPN support,
network monitoring, and IP mapping features. Should also support deeper inspection
capabilities that provide superior ability to identify attacks, malware, and other threats.
Provide application control, intrusion prevention, and advanced visibility across the
network. Proposed NGFW should not only block malware, but also include paths for
future updates thereby keeping the network secure as new threats arise. Proposed
NGFW should support minimum 5 Gbps of Enterprise mix throughput. It should be
offered as a Virtual appliance and also should be available with the proposed CSP’s
market place.
Page 17 of 29
Signature of the bidder along with their official seal
13.4.2. DDoS Protection: Managed DDoS protection service that defends against most
common, frequently occurring network and transport layer DDoS attacks that target
web site or applications. When used with Content Delivery Network and global DNS
service, should provide comprehensive availability protection against all known
infrastructure (Layer 3 and 4) attacks. Should provide always-on detection and
automatic inline mitigations, minimize application downtime and latency.
13.4.3. Identity and Access Management (IAM) that allows controlling the level of access to
the users to the CSPs infrastructure services. With IAM, each user can have unique
security credentials, eliminating the need for shared passwords or keys and allowing the
security best practices of role separation and least privilege.
13.4.4. Virtual Private Cloud with Private Subnets and Built-in Firewalls to control how
accessible the VMs are by configuring built-in firewall rules
13.4.5. Data Encryption: Client Side and / or Server-Side Encryption as required
13.4.6. Centralized Key Management Service Create and Control the Encryption keys
13.4.7. Web Application Firewall to protect from attacks by filtering traffic based on rules that
you create. Filter web requests based on IP addresses, HTTP headers, HTTP body, or
URI strings, which allows you to block common attack patterns, such as SQL injection
or cross-site
13.5. Security Administration
13.5.1. Appropriately configure the security groups in accordance with APCPDCL’s
networking policies
13.5.2. Regularly review the security group configuration and instance assignment in order to
maintain a secure baseline.
13.5.3. Secure and appropriately segregate / isolate data traffic/application by functionality
using DMZs, subnets etc.
13.5.4. Ensure that the cloud infrastructure and all systems hosted on it, respectively, are
properly monitored for unauthorized activity.
13.5.5. Properly implementing anti-malware and host-based intrusion detection systems on
their instances, as well as any required network-based intrusion detection systems in
accordance with APCPDCL’s policies.
13.5.6. Conducting regular vulnerability scanning and penetration testing of the systems, as
mandated by APCPDCL’s policies.
13.5.7. Review the audit logs to identify any unauthorized access to APCPDCL's systems.
13.5.8. Bidder should provide the Management console to monitor the security events, real
time traffic monitoring, Real time troubleshooting.
Page 18 of 29
Signature of the bidder along with their official seal
13.6. Backup
13.6.1. Configure, schedule, monitor and manage backups of all the data including but not
limited to files, images and databases as per the policy finalized by APCPDCL.
13.6.2. Restore from the backup at any given point of time when required.
13.7. Monitoring Performance and Service Levels
13.7.1. Provide and implement tools and processes for monitoring the availability of assigned
applications, measuring the service levels, application/Severs/Storage/Network
performance and utilization responding to system outages with troubleshooting
activities designed to identify and mitigate operational issues. The tool shall be capable
of providing the exact utilization of servers and shall be able to generate per day, per
month and per quarter utilization reports based on which the payments will be made to
the Bidder.
13.7.2. Reviewing the service level reports, monitoring the service levels and identifying any
deviations from the agreed service levels.
13.7.3. Monitoring of service levels, including availability, uptime, performance, application
specific parameters, e.g. for triggering elasticity, request rates, number of users
connected to a service.
13.7.4. Detecting and reporting service level agreement infringements.
13.7.5. Monitoring of performance, resource utilization and other events such as failure of
service, degraded service, availability of the network, storage, database systems,
operating Systems, applications, including API access within the cloud service
provider’s boundary.
13.8. Usage Reporting and Billing Management
13.8.1. Track system usage and usage reports.
13.8.2. Monitoring, managing and administering the monetary terms of SLAs and other billing
related aspects
13.8.3. Provide the relevant reports including real time as well as past data/information/reports
for APCPDCL to validate the billing and SLA related penalties.
13.9. Infrastructure Event Management
13.9.1. Bidder shall lead a highly focused engagement to provide APCPDCL with architectural
and operational guidance, as well as real-time support for your planned important
events
13.9.2. Bidder shall interact with APCPDCL and understand the success criteria and desired
outcome of the event.
Page 19 of 29
Signature of the bidder along with their official seal
13.9.3. Assess the readiness of the cloud environment, help identify and mitigate risks, and
document the plan.
13.9.4. Execute your event in coordination with APCPDCL to meet the desired outcome.
13.9.5. Analyze results post-event and scale services to normal operating levels.
13.10. Miscellaneous
13.10.1. Advise APCPDCL on optimal operational practices, recommend deployment
architectures for cloud infrastructures, design and implement automated scaling
processes, day-to-day and emergency procedures, deploy and monitor underlying cloud
services, performance reporting and metrics, and ensure the overall reliability and
responsive operation of the underlying cloud services through both proactive planning
and rapid situational response.
13.10.2. Interface with the Cloud Service Provider on behalf of APCPDCL for all activities
including monitoring the reports (e.g., usage, security, SLA,), raising (or escalating)
tickets / incidents and tracking the same to resolution.
13.10.3. Prepare a comprehensive O&M plan for managing the cloud services and keep it
updated with any changes during the course of the project.
13.10.4. Create and maintain all the necessary technical documentation, design documents,
standard operating procedures, configurations required to continued operations and
maintenance of cloud services.
14. Exit Management / Transition-Out Services
14.1. Provide a comprehensive exit management plan
14.2. Migration of the VMs, data, content and any other assets to the new environment or on
alternate cloud service provider’s offerings and ensuring successful deployment and running
of APCDCL’s solution on the new infrastructure by suitably retrieving all data, scripts,
software, virtual machine images, and so forth to enable mirroring or copying to industry
standard media
14.3. Ensure that all the documentation required for smooth transition including
configuration documents are kept up to date
14.4. Retain the data at the end of the agreement (for a maximum of 45 days beyond the
expiry of the Agreement). If data is to be retained the cost for retaining the data may be
obtained in the commercial quote.
14.5. Once the exit process is completed, remove the data, content and other assets from the
cloud environment and destroy the VM, Content and data of APCDCL
Page 20 of 29
Signature of the bidder along with their official seal
14.6. Ensure that all the documentation required by APCPDCL for smooth transition are kept
up to date and all such documentation is handed over to APCPDCL during regular intervals as
well as during the exit management process.
14.7. Support and assist APCPDCL for a period of [three months] so that APCPDCL is able
to successfully deploy and access the services from the new environment.
14.8. Train and transfer the knowledge to the Replacement Agency (or APCPDCL) to ensure
similar continuity and performance of the Services post expiry of the Agreement.
14.9. The ownership of the data generated upon usage of the system, at any point of time
during the contract or expiry or termination of the contract, shall rest absolutely with
APCPDCL.
Page 21 of 29
Signature of the bidder along with their official seal
15. Appendix-1- Existing and proposed infra for hosting SAP and IT
applications of APCPDCL
15.1. Approximate quantities of vCPUs, RAM, storage and OS required for
APCPDCL and design solutions proposed by the bidders for the requirement:
15.1.1. Bidder should provide un-priced BOM for the below requirement of servers with the
description of the CSP/MSP offering duly enclosing their proposals.
15.1.2. Numbers of vCPUs, RAM in GB, Storage space in GB mentioned in this tender
schedule are only approximate requirements and are purely for guidance of vendors for
quoting the tender and to arrive at total cost based on the quantity mentioned in the
tender.
15.1.3. The vendor shall provide servers solution for the Discom requirement from his side
which will be discussed and finalized by the SAP & IT consultants engaged by the
Discom.
15.1.4. And also after award of work to the successful bidder, if there are any changes in the
requirement, the vendor shall provide servers with requisite capacity as per the
requirement of SAP and IT consultants engaged by the Discom and these tender
quantities may vary accordingly.
15.1.5. All the additional mandatory services mentioned in the Section 2 are also for pure
guidance of the bidder/vendor and may vary as per actual requirement. According to
requirement of servers of APCPDCL these services are to be arranged and cost and
maintenance charges shall be included in vCPUs, RAM and Disk storage space quoted
by the bidder.
Page 22 of 29
Signature of the bidder along with their official seal
15.2. Section 1: Virtual Machines with vCPUs, RAM, Storage and OS:
15.2.1. Server sizing for SAP HANA databases with SUSE Linux Enterprise OS
Note :-SSD disk in GB with guaranteed of 3 IOPS/ GB.
Description of item Proposed
vCPUs
RAM
(GB)
High
Availability
SSD Disk size in
GB (Min 3 IOPS
per GB)
Development Landscape 2 X RAM
ERP-SoH HANA Database 16 256 512
BW HANA Database 16 256 512
PO HANA Database 8 128 256
BI CMS HANA DB -- 256
Quality Landscape 2 X RAM
ERP-SoH HANA Database 32 512 1,024
BW HANA Database 32 512 1,024
SAP PO Hana DB 8 128 256
Production Landscape 4 X RAM
SAP ERP System - SoH - HANA Database
Instance 32 512 Yes -512 2,048
SAP BW System-HANA Database Instance 32 512 Yes-512 2,048
SAP PO Application (JAVA Stack)-HANA
Database Instance 8 128 Yes -128 512
SAP Solution Manager-SOLMAN HANA DB 8 128 512
Additional Components - No Database
Web Dispatcher 3 21
Reverse proxy 3 21
SAP Data base server details 198 3,114 1,152 8,960
vCPUs GB
RAM GB RAM GB Hard disk
Page 23 of 29
Signature of the bidder along with their official seal
15.2.2. Server Sizing for SAP applications with SUSE Linux Enterprise OS
Note :-SSD disk in GB with guaranteed of 3 IOPS/ GB.
Description of item High
Availabili
ty
Recomme
n
ded SAPS
at65%
CPU
Propose
d
vCPUs (
Vendor
may
give his
solution
in this)
RAM
in GB
High
Availabili
ty
SSD disk
size in
GB - OS
& SWAP
(Min 3
IOPS per
GB)
Development Landscape =2X
RAM
SAP ERP-SoH Application System +
ASCS 8,000 6 48 96
SAP BW Application System +
ASCS 8,000 6 48 96
SAP BI/BO Application server 8,000 6 48 96
SAP PO Application + SCS 6,000 6 48 96
SAP DMS Server + content server 8,000 6 48 96
Quality Landscape =2X
RAM
SAP ERP-SoH Application System + ASCS
10,000 8 64 128
SAP BW Application System - ASCS
8,000 6 48 96
SAP PO Application + SCS 6,000 6 48 96
Production Landscape =2X
RAM
SAP ERP System - SoH -
Application Servers (2)+ASCS Yes 12,000 16 64 Yes -64 128
SAP BW System - Application
Server + ASCS 10,000 8 64 128
SAP BO System - Application
Servers (1) 12,000 8 64 128
SAP PO Application (JAVA Stack)
- Application Servers + SCS Yes 10,000 16 64 Yes -64 128
SAP MAX DB & Content Server
(DMS) 10,000 8 64 128
SAP Solution Manager - Solman
App Server (ABAP + JAVA) 10,000 8 64 128
Additional Components
Web Dispatcher 4,000 4 32 64
Reverse proxy 3 24
SAP Router 4,000 2 16 32
SAP application server details 1,34,000 123 856 128 1,664
SAPs vCPUs GB
RAM GB RAM
GB Hard
disk
Page 24 of 29
Signature of the bidder along with their official seal
15.2.3. Servers for IT Databases and applications
Note :-SSD disk in GB with guaranteed of 3 IOPS/ GB.
S.
No
VM
Description
Qt
y
vCPU
per
appln
RAM
per
appln
Tota
l
vCP
U
Total
RAM
in GB
SSD
Disk
Size in
GB
Operating System to be
included
1 BILLDB1 &
2 2 8 244 16 488 4,500 Suse Linux Enterprise
2 BILLAPP1
& 2 2 2 16 4 32 500 Suse Linux Enterprise
3 COLLAP1 &
2 2 2 16 4 32 100 Suse Linux Enterprise
4 MEEWS1 &
2 2 2 16 4 32 100 Suse Linux Enterprise
5 PAYWS1 &
2 2 2 16 4 32 100 Suse Linux Enterprise
6 WHSDB1 &
2 2 2 16 4 32 1,500 Suse Linux Enterprise
7 CATDB1 1 2 16 2 16 1,000 Suse Linux Enterprise
8 OTHDB 1 2 16 2 16 300 Suse Linux Enterprise
9 REPDB 1 2 16 2 16 800 Suse Linux Enterprise
10 CSCAPP 1 2 16 2 16 100 Suse Linux Enterprise
11 MATSAPP 1 2 16 2 16 100 Suse Linux Enterprise
12 DASHAPP 1 2 16 2 16 100 Suse Linux Enterprise
13 DEVDB1 1 2 16 2 16 100 Suse Linux Enterprise
14 DEVAPP1 1 2 16 2 16 100 Suse Linux Enterprise
15 DEVAPP2 1 2 16 2 16 100 Suse Linux Enterprise
16 REVWS 1 2 16 2 16 100 Suse Linux Enterprise
17 GOVWS 1 2 16 2 16 100 Suse Linux Enterprise
18 MOBWS 1 2 16 2 16 100 Suse Linux Enterprise
19 SMSWS 1 2 16 2 16 100 Suse Linux Enterprise
20 EAAPP 1 2 16 2 16 100 Suse Linux Enterprise
21 TESTDB 1 2 16 2 16 100 Suse Linux Enterprise
22 TESTAPP1 1 2 16 2 16 100 Suse Linux Enterprise
23 WIN8_GP_A
N A_BIL 1 2 8 2 8 100
Suse Linux Enterprise
24 WIN12_SMS 1 2 8 2 8 200 Suse Linux Enterprise
25 WIN12_ITD
EV 1 1 2 8 2 8 100
Suse Linux Enterprise
26 RHEL_RBUI
LD 1 2 8 2 8 200
Suse Linux Enterprise
27 WIN8_UPIP
AY 1 2 8 2 8 100
Suse Linux Enterprise
28 WIN8_UPIP
AY 1 2 8 2 8 100
Suse Linux Enterprise
29 AMI APP 1 4 122 4 122 200 Suse Linux Enterprise
Page 25 of 29
Signature of the bidder along with their official seal
30 3G APP 1 4 122 4 122 200 Suse Linux Enterprise
31 AMI DB 1 4 122 4 122 1,000 Suse Linux Enterprise
32 3G DB 1 4 122 4 122 1,000 Suse Linux Enterprise
33 OMS APP 1 4 122 4 122 800 Suse Linux Enterprise
34 OMS DB 1 4 122 4 122 1,000 Suse Linux Enterprise
35 OAM APP
Dev 1 2 8 2 8 100 Suse Linux Enterprise
36 OMS DB
Dev 1 2 8 2 8 100 Suse Linux Enterprise
37 MDAS APP
Dev 1 2 8 2 8 100 Suse Linux Enterprise
38 MDAS DB
Dev 1 2 8 2 8 100 Suse Linux Enterprise
39 HT billing 1 4 122 4 122 300 Suse Linux Enterprise
40 HT billing
Dev DB 1 2 8 2 8 100 Suse Linux Enterprise
118 1,846 16,000
15.2.4. Total approximate requirement of vCPUs, RAM and Disk storage space for
hosting Discom SAP data bases& applications and IT data bases & applications
Sl
No
Description
of item
SAP
databases
SAP
applications
IT Total
quantity
UoM
1 vCPUs 198 123 118 439 nos 2 RAM 4,266 984 1,846 7096 GB 3 Disk Storage
space
8,960 1,664 16,00
0 26,624 GB
Note: Bidder should ensure that physical core to vCPU ratio is not more than 1:2 for all
proposed Virtual Machines. Processor should be the latest Intel Platinum 8000 series
processors or higher.
Page 26 of 29
Signature of the bidder along with their official seal
15.3. Section 2: Additional mandatory services:
Bidder should provide un-priced BOM for the below requirement with the description of the
CSP offering and these quantities may vary as per requirement of Discom and cost &
maintenance charges shall be included in vCPUs, RAM and Disk storage space quoted by
the bidder.
S. No Items (with minimum
specifications) Description QTY
(A) Network Components
1 Virtual Application
Load Balancer
Load balancing between various Web/App servers as
well as for compression, caching, SSL offloading,
content-based forwarding.
10
2 DNS Service Domain Naming System for routing traffic 1
3 Virtual Private Cloud
Virtual Private Cloud that allows to provision a logically
isolated section of the CSP cloud which allows to launch
resources in a virtual network that can be defined.
Customer to have complete control over the virtual
networking environment, including selection of your own
IP address range, creation of subnets, and configuration
of route tables and network gateways.
1
4 NAT Gateway as a
Service
Managed Service for Outbound Internet connectivity in
Private Subnet 1
5 Public IP Static Public IP 1
6 Secure Bulk Data
Transfer
Service to transport large amounts of data from on
premise / third party data centers to Cloud 50 TB
7 Data Transfer (In) Onsite to Cloud 1024 GB
8 Data Transfer (Out) Cloud to onsite 1024 GB
Security Components
1 Next Generation
Firewall (NGFW).
NGFW (virtual appliance) supporting a minimum 5 Gbps
of Enterprise mix throughput. 1
2 Web Application
Firewall (Layer 7) Number of rules & request 10 Rules
3 DDoS Protection
Service (Layer 3 & 4) Mitigating DDoS attack onpublic application 1
4 Identity and Access
Management Manage user access & encryption keys 1
5 Multifactor
Authentication Service Multifactor Authentication Service 1
6 Data Encryption Server-Side Encryption of data at rest 1
7 TLS Certificates
Service that enables provisioning, managing, and
deploying public and private Transport Layer Security
(TLS) certificates for use with the proposed Cloud
services.
1
8 Resource Monitoring
Dashboards
Visualize CPU, Memory, Disk utilization, Raise Alarms
for Threshold breach 1
Page 27 of 29
Signature of the bidder along with their official seal
16. Price Bid / Financial Bid/ Commercial Bid/ Schedule-A
Name of work :- APCPDCL - SAP&IT - Procurement of servers on cloud for hosting
of SAP and IT applications of APCPDCL for a period of 3 years.
Sl
No
(1)
Item Description
(2)
UoM
(3)
Qty
(4)
Basic Price
in Rs
(5)
Total Price in
Rs
(6) = (4)x(5)
1
One time set-up charges towards
providing a cloud environment for
migration of all SAP and IT
applications from on premise
Development, Quality and Production
servers of APSPDCL into respective
APCPDCL cloud servers offered by
the bidder/vendor. Migration of SAP
and IT applications will be done by
Discom consultants and cloud service
provider shall arrange the cloud
servers along with required operating
system and other requirements and
assist Discom consultants for
successful migration of all SAP & IT
applications along with data. Monthly
charges towards cloud services offered
during migration of all SAP and IT
applications, integration, testing &
stabilization period should be at free of
cost up to a maximum of 3 months or
up to GO-LIVE date whichever is
earlier. Monthly billing against item
(2) of this agreement will start only
from GO-LIVE date i.e., from the date
of starting of APCPDCL SAP and IT
applications in the cloud Production
servers.
No 1
2
Monthly charges will be measured and
paid in the form of vCPUs, RAM and
disk storage space utilized by Discom
based on dashboard reports, which
includes cost towards providing cloud
Services and other infra as per the
requirement mentioned in the technical
bid, maintenance of cloud servers,
cloud environment, cost towards OS
licences and other software licences
required for cloud servers, updation of
OS, security patches, cost of services
Page 28 of 29
Signature of the bidder along with their official seal
required for maintenance of SLA at
more than or equal to 99.99%,
providing server solutions as per the
requirement of Discom SAP&IT team
and Discom SAP & IT consultants,
providing cloud infrastructure for
Discom applications 24x7x365,
increase of servers or decrease of
servers as per the requirement of
Discom (Scalable and flexible to
add/reduce cloud services on demand),
providing all mandatory technical
requirements, cost towards network &
Security requirements, firewalls, data
encryption, maintaining anti-virus,
anti-malware, anti-spyware software
with regular updation, conducting
regular penetration testing of systems,
review of audit logs, virtual
application load balancer, DNS
service, NAT gateway, public IP,
secure bulk data transfer, TLS
certificates, upgradation of VMs,
versions, software & associated
infrastructure in response to any
vulnerability, resource monitoring
dashboards for metering and billing
complete for providing infrastructure
for secure maintenance of Discom
SAP and IT applications along with
data.
(a)
Equivalent number of standard
vCPUs (Taking each standard vCPU
capacity at 2,500 SAPS - SAP
Application Performance Standard) for
billing purpose.
Per vCPU
per
month= 1
No
36 months x 439
nos = 15,804
(b) RAM
Per 8GB
per month
= 1 No
36 months x
887nos = 31,932
(c ) Storage space
Per 8GB
per
month=1
No
36 months x
3,328nos =
1,19,808
3 GST at 18% on item 1 and 2
Total value of contract including
GST
Page 29 of 29
Signature of the bidder along with their official seal
Important note:-
(1) Total number of standard vCPUs (for bill payment purpose)are calculated based on the
number of vCPUs offered by the vendor and SAPS of each vCPU offered by vendor, duly
taking standard vCPU capacity at 2,500 SAPS. Total number of standard vCPUs = Number of
vCPUs offered by vendor x (SAPS of vCPUs offered by vendor /2,500) and accordingly
payment is arranged. SAPS certificate along with certification number and other details for
vCPU offered by the vendor is to be enclosed along with tender. Bidder/vendor can down load
SAPS of each CPUs offered by him from https://www.sap.com/dmc/exp/2018-benchmark-
directory/#/sd.
(2) The bidder/vendor shall either enhance or decrease the number of vCPUs, RAM and Storage
space as per the requirement of Discom from time to time. In future some servers may not be
needed and then data and applications available in those servers will be moved out and servers
will be handed over back to the vendor and monthly payment will be reduced. And also if extra
servers are needed for Discom, then vendor shall arrange those extra servers immediately and
extra payment will be made for the enhanced quantities as per the above rates only.
(3) If the services offered by the bidder/vendor for the first 36 months are satisfactory, then it will
be considered for extension of agreement for the next 24 months also at the agreement rates or
at rates less than the agreement rates based on the price drop of CPUs, RAM, disk space and
other server components.
(4) Prices quoted by the vendor are firm during the period of contract.
(5) Income tax or any other taxes if any are applicable to bidder account and would be recovered as
per the statutory obligations.
(6) Any variation in GST or levy of new taxes introduced after signing of the contract will be to
the account of APCPDCL provided the vendor offered all the services as per the delivery
schedule.