S.N RFP Page RFP Clause no Existing clause Details Clarification Sought Bank's response
1 10 7.1. The bidder must be an Indian company registered under
Companies Act 1956/2013. ( Certificate of Incorporation ,
Memorandum of Association , Certificate of
commencement of Business should be submitted)
Complied No Change in RFP Terms
2 10 7.2 The Original Equipment Manufacturer (OEM) can either
directly bid or bid through one of their Authorised
partners. In case of Authorised Partner, Manufacturer’s
Authorisation Letter should be submitted. ( MAL to be
provided in the format given in the RFP)
Complied Please refer Corrigendum
3 10 7.3 The bidder must have service support in India.(Details of
the support centre like office address, name of the
contact person, their phone numbers and email id and
the escalation matrix, should be provided)
Complied No Change in RFP terms
4 10 7.4. The bidder should have an annual turnover of at least
Rs. 100 Crore in each of the last three financial years i.e.
2012-13, 2013-14 and 2014-2015.
The bidder should have Cumulative turnover of
at least Rs. 90 Crore in the last three financial
years i.e. 2012-13, 2013-14 and 2014-2015
No change in RFP terms.
5 10 7.5. The Bidder should have positive net worth in each of the
last three financial year’s i.e. 2012-13, 2013-14 and 2014-
2015. (Audited Balance Sheet of the last three financial
years should be provided.)
Complied No Comments.
6 10 7.6 The bidder must have experience in providing Enterprise
Storage Solution for at least past 2 years. Supplied
storage should have minimum 50 TB usable or 75 TB raw
space. At least one purchase order should pertain to a
period prior to January 2014 and at least one purchase
order should pertain to the period commencing from
January 2014.
Complied No Change in RFP terms
7 10 7.7 The proposed enterprise storage of the OEM must be in
the latest Gartner’s report on “Critical Capabilities for
General-Purpose, High-End Storage Arrays”. (Copy of the
relevant report to be furnished).
Complied Please refer the corrigendum.
8 10 7.8 The bidder should not have been blacklisted by any
Govt. bodies / PSB / PSU during the last five years {Self
Declaration as per format given in the RFP).
Complied No Change in RFP terms
9 10 7.9 ISO 9001-2008 Certificate (OEM and Bidder) with latest
audit surveillance certificate to be submitted.
Complied No Change in RFP terms
10 10 7.10 IS0 14001 Certificate (OEM) with the latest audit
surveillance certificate to be submitted.
Complied No Change in RFP terms
11 Note: We have supplied & executed the orders as
mentioned below :
1.220 TB Storage -2 Nos for MSEDCL
2.120 TB Storage- 2 Nos for MSEDCL
3.220 TB Storage- 1 Nos for IOCL, Mumbai
4.220 TB Storage- 1 Nos for IOCL, Chennai
5.IBM 70TB Storage- 1 Nos for BEST Mumbai
No Comments.
12 Section 6 , 2.1 98 Specification of SAN Storages for DC & DR v Srl. 5 -
Component - Read/Write Ratio, RAID, Response Time &
IOPS - Flash Storage Devices to be configured in RAID6
Flash Storage Devices to be configured in RAID5
or RAID6
No change in RFP terms.
Bank's response to prebid - queries.
Request for Proposal (RFP) For Procurement of SAN STORAGES at DC, DR & NDRRFP Ref :- IDBI /PCell / RFP/2015 -16/28 dated 15- March -2016
Page 1 of 31
S.N RFP Page RFP Clause no Existing clause Details Clarification Sought Bank's response
Bank's response to prebid - queries.
Request for Proposal (RFP) For Procurement of SAN STORAGES at DC, DR & NDRRFP Ref :- IDBI /PCell / RFP/2015 -16/28 dated 15- March -2016
13 Section 6 , 2.1 98 Specification of SAN Storages for DC & DR Srl. 3 - Back
End Connectivity - All the storage drives and backend
connectivity must be based on minimum 6 Gbps SAS
The storage must have equal number of
frontend and backend ports, 32 Backend must
be configured in the storage system.
No change in RFP terms. The
vendor to configure the
backend port according to the
performance requirement
mentioned in the RFP.14 10 7.6 The bidder must have experience in providing Enterprise
Storage Solution for at least past 2 years. Supplied
storage should have minimum 50 TB usable or 75 TB raw
space.
At least one purchase order should pertain to a period
prior to January 2014 and at least one purchase order
should pertain to the period commencing from January
2014
Bidder/ OEM should have deployed proposed
storage boxes in atleast 3 BFSI customer in India
in last 3 years
The proposed storage must be used for running
3 way DR zero data loss solution and must have
at least three implementation of core banking
(Preferably Finacle) in a public / scheduled
commercial bank currently running in India.
Please refer the corrigendum.
15 17 7.7 The proposed enterprise storage of the OEM must be in
the latest Gartner’s report on “Critical Capabilities for
General-Purpose, High-End Storage Arrays”. (Copy of the
relevant report to be furnished).
Proposed OEM should be from Leaders position
from Gartner’s Quadrant for General-purpose
Disk Array dated October 2015 . ID:G00272355
Please refer the corrigendum.
16 60 IV - DC
Requirement
Storage based synchronous replication of CBS database
from new proposed storage to IBM DS8870.
Storage based synchronous copy/mirroring of
CBS database from new proposed storage to
IBM DS8870 to create an active real time copy
The solution must be used for running finacle
core banking solution and must have at least
three implementation of Finacle core banking in
a public / scheduled commercial bank currently
running in India.
Please refer the corrigendum.
17 99 Scalability -9 Controller Upgrade The enterprise storage system must have a scale-
out architecture and must scale to minimum 8
controllers
No change in RFP terms.
18 Cach Upgrade SSD Drives cannot be more than 1600GB No change in RFP terms.
19 15 DELIVERY,
INSTALLATION
AND
COMMISSIONI
NG: PERIOD
AND
LOCATION
DELIVERY, INSTALLATION AND COMMISSIONING: PERIOD
AND LOCATION
The Delivery & installation shall be done at the
specified locations within SIX to Eight Weeks
max from the placement of order. Delivery of
the equipment shall be made by the Vendor in
accordance with the system approved / ordered.
The details of the documents to be furnished by
the Vendor are specified hereunder :-
copies of Delivery Challans
copies of packing list identifying contents of
each package`
Please refer the corrigendum.
20 112 ANNEXURE II –
ELIGIBILITY
CRITERIA
The Original Equipment Manufacturer (OEM) can either
directly bid or bid through one of their Authorised
partners. In case of Authorised Partner, Manufacturer’s
Authorisation Letter should be submitted
The Original Equipment Manufacturer (OEM)
can either directly bid or bid through max 3 of
their Authorised partners.
Please refer the corrigendum.
21 112 ANNEXURE II –
ELIGIBILITY
CRITERIA
The proposed enterprise storage of the OEM must be in
the latest Gartner’s report on “Critical Capabilities for
General-Purpose, High-End Storage Arrays”.
Proposed OEM should be from Leaders position
from Gartner’s Quadrant for General-purpose
Disk Array dated October 2015 . ID:G00272355
Please refer the corrigendum.
Page 2 of 31
S.N RFP Page RFP Clause no Existing clause Details Clarification Sought Bank's response
Bank's response to prebid - queries.
Request for Proposal (RFP) For Procurement of SAN STORAGES at DC, DR & NDRRFP Ref :- IDBI /PCell / RFP/2015 -16/28 dated 15- March -2016
22 97 Specification
of SAN
Storages at
NDR and
Specification
of SAN
Storages for
DC & DR
Type of disks (Flash Card/Flash Drive/SLC SSD/eMLC
SSD/MLC SSD/SAS)
As bank is looking for enterprise class storage ,
so should consider Flash Card/Flash Drive/eMLC
SSD only)
No change in RFP terms.
23 59 DC,NDR & FDR Architectural Diagram We seek clarity on the replication method from
primary to DR as the same is not been
mentiond in the diagram
Current replication method
from primary to DR is host
based asynchronous
replication. However, Bank
may implement storage based
replication for some of the
applications between primary
& DR. Please refer the
corrigendum for replication
requirement.
24 59 DC,NDR & FDR Architectural Diagram In the architectural diagram no FCIP routers are
been see.- please clarify if it is storage based
replication between proamy & DR
Current replication method
from primary to DR is host
based asynchronous
replication. However, Bank
may implement storage based
replication for some of the
applications between primary
& DR. Please refer the RFP for
FCIP router requirement.
25 60 Clause 2.4 DC
Requirement ,
Sub clause iv
Storage based synchronous replication of CBS database
from new proposed storage to IBM DS8870.
Can we propose a new storage against the
existing DX 8870 in Primary site? If we can do so
then we request the desired perfoamance
details.
Please refer the corrigendum.
26 61 Clause 2.6 DR
Requirement ,
Sub clause iv
Storage based synchronous replication of CBS database
from new proposed storage to IBM DS8870.
Can we propose a new storage against the
existing DX 8870 in DR site? If we can do so then
we request the desired perfoamance details
Please refer the corrigendum.
27 99 Clause 2.1 -
Specification
of SAN
Storages for
DC & DR - Sub
Clause 7
storage must have minimum 512 GB global DRAM cache.
All the writes in the storage must be mirrored.
Is Global cache must have or can we propose an
alternate to the global cache?
Please refer the corrigendum.
28 101 Clause 2.1 -
Specification
of SAN
Storages for
DC & DR - Sub
Clause 14
Features
required
Storage must have inbuilt capability for online data/LUN
migration from one disk system to other without taking
application offline.
We seek clarity if this is to be done within the
same storage array or across two different
storage arrays which are within the same
datacenter
Same is required within the
storage. Also storage must
provide mandatory migration
of data capabilities from
existing storage (IBM DS8300)
to new proposed storage
seamlessly without any
disruption to current storage
layout.
Page 3 of 31
S.N RFP Page RFP Clause no Existing clause Details Clarification Sought Bank's response
Bank's response to prebid - queries.
Request for Proposal (RFP) For Procurement of SAN STORAGES at DC, DR & NDRRFP Ref :- IDBI /PCell / RFP/2015 -16/28 dated 15- March -2016
29 108 Clause 2.2 -
Specification
of SAN
Storages at
NDR - Sub
Clause 14
Features
required
Storage must have inbuilt capability for online data/LUN
migration from one disk system to other without taking
application offline.
We seek clarity if this is to be done within the
same storage array or across two different
storage arrays which are within the same
datacenter
Same is required within the
storage. Also storage must
provide mandatory migration
of data capabilities from
existing storage (IBM DS8300)
to new proposed storage
seamlessly without any
disruption to current storage
layout.
30 Page 10 Section-1, 7.2 The Original Equipment Manufacturer (OEM) can either
directly bid or bid through one of their Authorised
partners.
HDS requests that OEM be allowed an option to
bid through multiple authorized partners subject
to each of them meeting this tender's elgibility
criteria.
Please refer Corrigendum
31 Page 21 Section-2, 5.5 After the expiry of warranty period, Bank will enter into
Annual Maintenance Contract (AMC) with the vendor or
OEM. In such a case, the vendor/OEM shall provide the
AMC services at a cost not exceeding 8% of the purchase
value of the items to be maintained for at least next 4
years (after expiry of warranty).
We request that instead of an annual
percentage for Warranty, we suggest that an
absolute value which can be added as part of
the TCO consideration for vendor selection.
No change in RFP terms.
32 Page 64 Section-4, 11 After the expiry of warranty period, Bank will enter into
Annual Maintenance Contract (AMC) with the vendor or
OEM. In such a case, the vendor/OEM shall provide the
AMC services at a cost not exceeding 8% of the purchase
value of the items to be maintained for at least next 4
years (after expiry of warranty).
We request that instead of an annual
percentage for Warranty, we suggest that an
absolute value which can be added as part of
the TCO consideration for vendor selection.
No change in RFP terms.
33 Page 60 Section-4, 2.4 Storage based synchronous replication of CBS database
from new proposed storage to IBM DS8870.
The performance expectation or SLAs cannot be
met if Bank wants to synchronously replicate
between a new storage and existing IBM
DS8870. In which case, the better option would
be for the Bank to procure three new Enterprise
Class storage systems i.e one each for DC, DR
and NDR and implement 3-Way Storage based
relication while re-purposing existing IBM
DS8870 for non-Core Banking applications.
Please refer the corrigendum.
34 Page 61 Section-4, 2.6 Storage based synchronous replication of CBS database
from new proposed storage to IBM DS8870.
The replication between Primary and DR is
Asynchronous. There will be always lag in the
data.
If Bank plans to create Synchronous replication
at DR locally between new proposed storage
and IBM DS8870 there will always lag on
account of Asynchronous replication being
implemented between Primary new Storage and
DR new Storage. This is the same outcome with
any storage you deploy.
Please refer the corrigendum.
35 Page 61 Section-4, 2.7 3-site storage based replication How will DR site updated in-case of Primary site
is down to breach lag between Primary and DR
Async lag?
To meet this requirement storage based
replication can support Delta between NDR and
DR.
Please refer the corrigendum.
36 Page 61 Section-4, 3.3 Defective equipment / software shall be replaced by the
vendor at his own cost, including the cost of transport, if
any.
While equipment is under warranty / support
contract with respective OEM
No change in RFP terms.
Page 4 of 31
S.N RFP Page RFP Clause no Existing clause Details Clarification Sought Bank's response
Bank's response to prebid - queries.
Request for Proposal (RFP) For Procurement of SAN STORAGES at DC, DR & NDRRFP Ref :- IDBI /PCell / RFP/2015 -16/28 dated 15- March -2016
37 Page 63 Section-4, 3.8 Root Cause Analysis (RCA) faced for any issues should be
provided by OEM within 3 Business Days.
Root Cause Analysis (RCA) for issues identified in
storage array should be provided by OEM within
3 Business Days.
Please refer the corrigendum.
38 Page 64 Section-4, 7.1 Vendor must ensure successful migration of data from
old storage to new storage. Any data loss would attract
penalty of Rs. 10,00,000/- per host. Same will be
adjusted against the 15% Performance Bank Guarantee
(PBG) retained by the Bank
IDBI Bank / or its designated subsidiary, must
smoothly facilitate data migration methodology
proposed by the OEM only then may this clause
be considered governable. Please clarify basis of
such a stiff penalty of Rs. 10 Lakhs per host.
No change in RFP terms.
Migration activity should not
result in any Data loss for the
Bank.
39 4/ Page no.60 2.2 virtualising existing storages, if required, We presume virtualization of existing storage is
not mandatory and IDBI is looking for migrating
existing storage to new storage
No change in RFP terms.
Vendor to ensure proper
migration of data to the new
storage without any data loss.
40 4/ Page no.60 2.4 Storage based synchronous replication of CBS database
from new proposed storage to IBM DS8870.
Request provide clarity why storage based
replication is required for existing DS8870 after
migration as only existing vendor can achieve
this functionality
Please refer the corrigendum.
41 4/ Page no.61 2.7 Storage based synchronous replication of CBS
application and database from new proposed storage to
IBM DS8870 within DC.
Request provide clarity why storage based
replication is required for existing DS8870 after
migration as only existing vendor can achieve
this functionality
Please refer the corrigendum.
42 6/page no. 98 For CBS Prod - Usable capacity - 30 TB for DB, 5 TB for
APP, 20 TB for ATM/CSIS on Flash Storage Device + SAS
HDD with block size of 8K, Read/Write Ratio 70:30,
Average Read/Write Response Time <= 1 ms in 24 hours,
200000 IOPS, Flash Storage Devices to be configured in
RAID6 & SAS HDDs to be configured in RAID10. For Non-
CBS - Usable capacity - 195 TB on Flash Storage Device +
SAS HDD with block size of 8K, Read/Write Ratio 60:40,
Average Read/Write Response Time <= 2 ms in 24 hours,
150000 IOPS, Flash Storage Devices and SAS HDDs to be
configured in RAID6.
RFP Clause on Capacity Clause asks for 250TB
usable and mentioned as 20% to be provisioned
in SSD Drives. However as per this clause
capacity breakup for CBS & NON-CBS with
different workload ratio and IOPS. It would be
useful if bank can confirm the exact usable
capacity required to be provisioned in SSD
Drives and SAS Drives with corresponding Read
/Write ratio, IOPS and response time. Further
Response time of less than 2 ms is practically
not feasible on SAS hdd. Hence please clarify the
requirement.
No change in RFP terms.
43 6/page no. 99 Must be scalable upto minimum 5,00,000 IOPS with
same response times considering future growth.
Kindly provide the current IOPS, Response time
details to understans the workload patter and
scalability requirements.
No change in RFP terms.
44 6/page no. 100 The proposed storage to provide data encryption at rest
at controller level or using self-encrypting drives without
impacting storage performance. The features must be
provided for all proposed disk types.
We recommend bank to ammend this clause as
"The proposed storage to provide hardware
level data encryption at rest at controller level
or using self-encrypting drives without
impacting storage performance. The features
must be provided for all proposed disk types.
No change in RFP terms.
45 7. Eligibility
Criteria for
bidders
7.6 The bidder must have experience in providing Enterprise
Storage Solution for at least past 2 years. Supplied
storage should have minimum 50 TB usable or 75 TB raw
space. At least one purchase order should pertain to a
period prior to January 2014 and at least one purchase
order should pertain to the period commencing from
January 2014.
We recommend babnk to ammend the clause as
"The bidder must have experience in providing
Enterprise Storage Solution in public sector
/nationalised banks for at least past 2 years and
minimum one successfully implemented CBS
Platform on proposed Storage architecture..
Supplied storage should have minimum 50 TB
usable or 75 TB raw space. At least one purchase
order should pertain to a period prior to January
2014 and at least one purchase order should
pertain to the period commencing from January
2014".
Please refer the corrigendum.
Page 5 of 31
S.N RFP Page RFP Clause no Existing clause Details Clarification Sought Bank's response
Bank's response to prebid - queries.
Request for Proposal (RFP) For Procurement of SAN STORAGES at DC, DR & NDRRFP Ref :- IDBI /PCell / RFP/2015 -16/28 dated 15- March -2016
46 7. Eligibility
Criteria for
bidders
7.7 The proposed enterprise storage of the OEM must be in
the latest Gartner’s report on “Critical Capabilities for
General-Purpose, High-End Storage Arrays”. (Copy of the
relevant report to be furnished).
We suggest bank to consider top 3 vencdor
platforms certified by Gartner Critical
capabilities for General Purpose, High end
storage arrays.
Please refer the corrigendum.
47 Requirement 2.1 Existing Storage systems DS8870 , DS8300 in DC, NDR, DR
Sites
Kindly share the ageing of these hardware , date
of end of AMC /Warranty support and also share
the Current RAW Capacity, Disk type details
Detailed information will be
shared with selected vendor.
48 Requiremt 2.1 Existing - Architecture diagram Currently the architecture shows the CBS
DATABASE and Application is spread across DC &
NDR Sites and configured usign ODG across two
IBM DS8300 Storage system.
The Metro miror is implemented in DC Site
between DS8700 to DS8300. Kindly clarify the
following
1) Which are the applications part of the metro
mirro. Kindly provide the name of the app,
databaase type and operating system
environment.
2)Can the vendor consolidate the storage
systems in DC Site in single array and provide
production usable capacity and clone copies in
same array.
3) Kindly state the list of applications replicated
between DC to DR Site and their RTO, RPO
Levels.
4) Request bank to allow the bidder to design
the DR Solution for DC-DR Sites basis to meet
the desired RTO, RPO levels.
5) Are there any current DR Management tools
used. if so please share the licenses details.
1) Please refer the
corrigendum for the
requirement of storage based
replication. Currently, CBS is
part of metro mirror.
2) As per RFP, production CBS
& Non-CBS to be consolidated.
3) Detailed information will be
shared with selected vendor.
4) Please refer the
corrigendum.
5) Currently, Bank is using
internal software called
Business Continuity Manager
(BCM) for DR management.
49 Requirement 2.4 DC Requirement: Storage based synchronous replication
of CBS database from new proposed storage to IBM
DS8870.
Post refresh and migration to new storage
system for existing DS8700 and DS8300, the
replication will be between the proposed new
storage systems. Kindly clarify why the data to
be replicated to legacy storage array after
refresh,
Please refer the corrigendum.
50 Requirement 2.1 Existing - Architecture diagram Kindly provide the available free SAN ports in
the DC, NDR, DR Site switches. It is assumed the
bank has sufficient ports to take care of
induction of new storage and complete the
migration.
DC & DR - In each of Fabric1 &
Fabric2, 55 number of free
ports are available.
NDR - In each of Fabric1 &
Fabric2, 25 number of free
ports are available.
51 Service Level
Expectation
3.5 Onsite resource to be available for Application-Specific
Tuning Services.
Kindly provide the list of deliverables for the
onsite resource and also number of shifts
required. This will help to understand the skill
set and the number of resources to be provided
Application-Specific Tunig
Services refers to Storage-
Specific Tuning Services. Please
refer Section 4, para 3.7 of the
RFP.
52 Service Level
Expectation
8.1 Onsite engineer - Vendor must depute skilled engineer
onsite for 1 year to provide support on 24X7 basis.
Kindly provide the lis tof deliverables for onsite
engineer.
Please refer Section 4, para 3.7
of the RFP and also the
corrigendum. Onsite engineer
is required for monitoring,
dministration, configuration,
part replacement, call
handling activities.
Page 6 of 31
S.N RFP Page RFP Clause no Existing clause Details Clarification Sought Bank's response
Bank's response to prebid - queries.
Request for Proposal (RFP) For Procurement of SAN STORAGES at DC, DR & NDRRFP Ref :- IDBI /PCell / RFP/2015 -16/28 dated 15- March -2016
53 Section 6 -
Technical
Specifications
2.1 - 3 All the storage drives and backend connectivity must be
based on minimum 6 Gbps SAS
Latest generation storage systems offers 12Gbps
backend. Kindly ammend the clause as All the
storage drives and backend connectivity must
be based on minimum 12 Gbps SAS
No change in RFP terms.
54 Section 6 -
Technical
Specifications
2.1 - 6
2.2 - 6
Capacity Kindly ammend the clause as
All Production Capacity for CBS DB APP to be
configured with All SSD Drives in RAID 5 and All
Non production, Non -CBS Volumes such as
Clones shalll be configured with SAS Drives with
minimum 10K RPM in RAID 6 . The cummulaitive
IOPS delivered shall be 350,000 without SAS
Drives for CBS Clone copy
No change in RFP terms.
55 Section 6 -
Technical
Specifications
2.1 - 8
2.2- 8
Performance Testing - The bidder needs to demonstrate
the performance criteria of IOPS & response time using
iometer/vdbench utility for acceptance
Please provide inputs on required results from
the performnce testing such as desired IOPS,
Response time, Block size, Drive type and
Capacity, RAID Levels.
No change in RFP terms.
56 Section 6 -
Technical
Specifications
2.1 - 14
2.2 - 14
Must have compatibility with VT features like VASA, VAAI
etc., Thin provisioning. If licensed separately, the vendor
needs to provide all the necessary licenses for entire
offered capacity.
We request bank to ammend the clause as "
Must have compatibility with VT features like
VASA, VAAI etc., Thin provisioning. If licensed
separately, the vendor needs to provide all the
necessary licenses for entire offered capacity.
Further the storage shalll support like HW/ ASIC-
based zero detect for space reclamation, which
can be assigned on a per-VM basis
No change in RFP terms.
57 Section 6 -
Technical
Specifications
Proposed DC DR Storage Detail Configuration
information
We request bank to ammend the spreadsheet
with seeking for " Number of years of Warranty
Provided for SSD Drives by Storage vendor on
proposed storage configuration for IDBI"
No change in RFP terms.
58 Page 59 6 Resolve performance issues, if any, after data migration We assum that IDBI team is refering to storage
perfromance.
Is it correct to say that the Storage vendor needs
to monitor any componant faulures and corect
them during the installaton & Migration process.
The performance of connected
servers can be
measured/recorded before
migration and after migration.
If any performance issue is
monitored, same needs to be
resolved by the vendor.
Page 7 of 31
S.N RFP Page RFP Clause no Existing clause Details Clarification Sought Bank's response
Bank's response to prebid - queries.
Request for Proposal (RFP) For Procurement of SAN STORAGES at DC, DR & NDRRFP Ref :- IDBI /PCell / RFP/2015 -16/28 dated 15- March -2016
59 Page 57 & 58 2.1 (A) 1,2 &
(B) 1
Information on the number fo Hosts and Existing Storage Please let us know the
1. current Firmware version of the Storage
arrays.
2. Host inventory with Operating system
versions
3. Host Multipathing Details
4. FC Port speed and count per host
5. Current Application name used for CBS and its
version
6. Database version details for CBS and non-CBS
1) Microcode version of
existing SAN storages
DC DS8300: 64.36.63.0
NDR DS8300: 64.36.103.0
DR DS8300: 64.36.98.0
DC DS8870: 87.31.16.0
DR DS8870: 87.31.16.0 (R7.3)
2) 121 hosts are connected to
IBM DS8300 storage in DC. 67
hosts are connected to IBM
DS8300 storage in DR. 05 hosts
are connected to IBM DS8300
storage in NDR
Operating systems of the hosts
are AIX 5.3/AIX
6.1/VIOS/Windows
2K3,2k8,2k12/RHEL 5.x,6.x
3) Hosts are using IBM SDD or
native multipathing software.
Detailed information will be
shared with selected vendor.
60 Page 59 7 Setup 3-way DR for CBS Earlier in the RFP it is mentioned that currently
ODG is configured for DC to Near DR replication.
Does IDBI intend to stop that replication and
have Storage based replication or let it continue
as it is.
Please let us know the Link round trip latency
between DC and Far DR.
Also we do not see a link between the Near DR
to Far DR. This is needed to complete the 3 way
DR configuration, please let us know if IDBI team
will provide the same.
Please refer the corrigendum.
61 Page 59 Diagram Current setup - Shows connectivity Can IDBI team provide DC to NDR FC
Connecitivty and enable proposed storage in DC
to talk to Proposed storage in DR with
cucompleting the required siwtch and link
confiugureation in between. This is required for
synchronous replication on Storage
Please refer the corrigendum.
Page 8 of 31
S.N RFP Page RFP Clause no Existing clause Details Clarification Sought Bank's response
Bank's response to prebid - queries.
Request for Proposal (RFP) For Procurement of SAN STORAGES at DC, DR & NDRRFP Ref :- IDBI /PCell / RFP/2015 -16/28 dated 15- March -2016
62 Page 60 2.2 Vendor will have to complete the successful migration of
data from old storages to new storages. Migration of
data to be ensured with minimum downtime.
Requirement of downtime for data migration to be
specified in the Technical Bid.
Please help us with the complete Host,
Application, Database and LUN allocation
inventory along with the Host Volume group
details. This will enable us to estimate the
downtime.
Detailed information will be
shared with selected vendor.
Please find the following
information to estimate the
downtime.
121 hosts are connected to
IBM DS8300 storage in DC
67 hosts are connected to IBM
DS8300 storage in DR
05 hosts are connected to IBM
DS8300 storage in NDR
IBM DS8300 at DC - Total
usable space 126 TB, Total
used space 123 TB
IBM DS8300 at DR - Total
usable space 131 TB, Total
used space 128 TB
IBM DS8300 at NDR - Total
usable space 17 TB, Total used
space 15 TB
63 Page 93 II (Penalties) Any data loss during migration from Old storage to new
storage would attract penalty of Rs. 10,00,000/- per host
We propose IDBI team to revise the point to >>>
Bidder to ensure data is migrated as-is to the
new storage and the same will be verified by
IDBI team. In case the last transaction before
migration cutover is not found post migration in
the new storage. Bidder needs to re-do the
migration. At all times the Data in the old
Storage should remain intact till the final
cutover and go-live on new storage. In case
bidder fails to follow this a penalty of 10,00,000
per host will be on the bidder.
The size of file systems,
number of files, number of
records in database, sum of
values of a numeric column of
database etc can be
measured/recorded before
migration and after migration.
If there is any deviation,
penalty would be deducted as
per RFP.
64 9 5.1 Cost of bid Document Request you to reduce cost of bid to Rs.10,000/- No change in RFP terms.
65 8 3.1 EMD Request you to reduce EMD to Rs 10,00,000/- by
way of BG instand of DD/Pay order.
No change in RFP terms.
66 15 10.3 Payement terms 60% on delivery, 20% on installation, 10%
against BG.
Please refer the corrigendum.
67 15 10.9 Payement terms To consider payment to be release withion 20
days
No change in RFP terms.
68 15 11.1 Delivery & installation Delivery & installation to b consider 8 to 10
weeks.
Please refer the corrigendum.
69 21 5.5 AMC at 8% AMC should not be below 10% No change in RFP terms.
70 28 25.5 PBG The value of PBG should be of 10% and shuld be
valid for 1 year ( can be renewed every year for
4 year.)
No change in RFP terms.
71 61 3.2 Uptime -99.999% To consider 95.999% No change in RFP terms.
72 61 3.5 On site resource to be available for application Request to be consider this resource from the
application vender or will be with extra charges.
No change in RFP terms.
Application-Specific Tunig
Services refers to Storage-
Specific Tuning Services. Please
refer Section 4, para 3.7 of the
RFP.
Page 9 of 31
S.N RFP Page RFP Clause no Existing clause Details Clarification Sought Bank's response
Bank's response to prebid - queries.
Request for Proposal (RFP) For Procurement of SAN STORAGES at DC, DR & NDRRFP Ref :- IDBI /PCell / RFP/2015 -16/28 dated 15- March -2016
73 62 3.7 Resolution Time To consider conigration activity-6 hours,penalty
0.5% for every 3 hours.
No change in RFP terms.
74 62 3.7 Replacment of part To consider 12 hours.,penalty 0.5 % for every 3
hours
No change in RFP terms.
75 62 3.7 Configration activity 18 hours penalty 0.1% for every 3 hours. No change in RFP terms.
76 63 3.7 Replacment of part- 12 hours Replacment of part resoluation time 18 hours. ,
0.1 % for 3 hours
No change in RFP terms.
77 63 3.7 Firmware,Microcode/system software upgrade to consider 7 business days,penalty Rs 5000 per
weeks
No change in RFP terms.
78 63 3.7 Delay in delivery Penalty at 0.5 % per weeks subject to
maxmimum of 5 %
No change in RFP terms.
79 64 6.1 Performance penalty To be removed performance penalty No change in RFP terms.
80 64 15.7.1 10 Lkhs penalty for data lose Penalty to be removed for data lose No change in RFP terms.
81 60 2.4.iv Storage based synchronous replication of CBS database
from new proposed storage to IBM DS8870
In this Case Only IBM can provide Syncronous
reolication from New storage to IBM DS8870.
This will make it vendor specific RFP. Allow to
USe Host Based Replication Tools to do
replication via hosts.
Please refer the corrigendum.
82 61 2.6.iv Storage based synchronous replication of CBS database
from new proposed storage to IBM DS8870
Since existing DS8870 would have a usable
capacity of only 18TB, can the same be replaced
with an alternate array of equivalent capacity
and performance that supports sycronour
replication with new proposed array?
Please refer the corrigendum.
83 98 Section 6,
2.1.4. and
2.2.4
All Drive type such as Flash Storage Device/SAS
HDD/NLSAS HDD must be supported, with industry
standard RAID support such as RAID5, RAID10, RAID6.
Can an alternate RAID technology providing
support for single disk failure, dual disk failure
and mirroring be proposed ?
No change in RFP terms.
84 98 Section 6,
2.1.5.
For CBS Prod - Usable capacity - 30 TB for DB, 5 TB for
APP, 20 TB for ATM/CSIS on Flash Storage Device + SAS
HDD with block size of 8K, Read/Write Ratio 70:30,
Average Read/Write Response Time <= 1 ms in 24 hours,
200000 IOPS, Flash Storage Devices to be configured in
RAID6 & SAS HDDs to be configured in RAID10. For Non-
CBS - Usable capacity - 195 TB on Flash Storage Device +
SAS HDD with block size of 8K, Read/Write Ratio 60:40,
Average Read/Write Response Time <= 2 ms in 24 hours,
150000 IOPS, Flash Storage Devices and SAS HDDs to be
configured in RAID6.
Can OEM propose, an all Flash Solution for
entire capacity on RAID 6, which would be
recommended to meet the performance
requirements of submillisecond latency
specified in the RFP?
No change in RFP terms. Bank
has specified minimum 20% of
configured usable capacity to
be from Flash Storage Device.
Bidder may provide 100%
capacity on Flash Storage
Device.
85 104 Section 6,
2.2.5
For CBS - Usable capacity - 30 TB for DB on Flash Storage
Device + SAS HDD with block size of 8K,
Read/Write Ratio 70:30, Average Read/Write Response
Time <= 1 ms in 24 hours, 35000 IOPS, Flash Storage
Devices to be configured in RAID6 & SAS HDDs to be
configured in RAID10.
For Non-CBS - Usable capacity - 30 TB on Flash Storage
Device + SAS HDD with block size of 8K, Read/Write Ratio
70:30, Average Read/Write Response Time <= 2 ms in 24
hours, 35000 IOPS, Flash Storage Devices and SAS HDDs
to be configured in RAID6.b
Same as above No change in RFP terms. Bank
has specified minimum 20% of
configured usable capacity to
be from Flash Storage Device.
Bidder may provide 100%
capacity on Flash Storage
Device.
Page 10 of 31
S.N RFP Page RFP Clause no Existing clause Details Clarification Sought Bank's response
Bank's response to prebid - queries.
Request for Proposal (RFP) For Procurement of SAN STORAGES at DC, DR & NDRRFP Ref :- IDBI /PCell / RFP/2015 -16/28 dated 15- March -2016
86 100 Section 6.2.12 The storage must support automated movement of data
between different tiers of different disks and RAID types.
Provide all the necessary licenses for entire offered
capacity of automated storage tiering.
Would tiring be required in real time or on
periodic basis over 24 hour window
No change in RFP terms.
87 98 Section 6, 2.1 -
Specification
of SAN
Storages for
DC & DR -
Flash Storage Devices to be configured in RAID6 Flash Storage Devices to be configured in RAID5
or RAID6
No change in RFP terms.
88 98 Section 6, 2.1 -
Specification
of SAN
Storages for
DC & DR -
Back End
Connectivity
All the storage drives and backend connectivity must be
based on minimum 6 Gbps SAS
The storage must have equal number of
frontend and backend ports, 32 Backend must
be configured in the storage system
No change in RFP terms. The
vendor to configure the
backend port according to the
performance requirement
mentioned in the RFP.
89 10 & 112 Eligibility
Criteria
The bidder must have experience in providing Enterprise
Storage Solution for at least past 2 years. Supplied
storage should have minimum 50 TB usable or 75 TB raw
space. At least one purchase order should pertain to a
period prior to January 2014 and at least one purchase
order should pertain to the period commencing from
January 2014
(a)Bidder/ OEM should have deployed proposed
storage boxes in atleast 3 BFSI customer in India
in last 3 years
(b)The proposed storage must be used for
running 3 way DR zero data loss solution and
must have at least three implementation of core
banking (Preferably Finacle) in a public /
scheduled commercial bank currently running
in India.
Please refer the corrigendum
90 10 7.7 The proposed enterprise storage of the OEM must be in
the latest Gartner’s report on “Critical Capabilities for
General-Purpose, High-End Storage Arrays”. (Copy of the
relevant report to be furnished).
Proposed OEM should be from Leaders position
from Gartner’s Quadrant for General-purpose
Disk Array dated October 2015 . ID:G00272355
Please refer the corrigendum.
91 60 DC
Requirement -
IV
Storage based synchronous replication of CBS database
from new proposed storage to IBM DS8870.
Storage based synchronous copy/mirroring of
CBS database from new proposed storage to
IBM DS8870 to create an active real time copy
Please refer the corrigendum.
92 The solution must be used for running finacle
core banking solution and must have at least
three implementation of Finacle core banking in
a public / scheduled commercial bank currently
running in India.
Please refer the corrigendum.
93 99 Scalability Controller Upgrade The enterprise storage system must have a scale-
out architecture and must scale to minimum 8
controllers
No change in RFP terms.
94 Catch Upgrade SSD Drives cannot be more than 1600GB No change in RFP terms.
95 15 DELIVERY,
INSTALLATION
AND
COMMISSIONI
NG: PERIOD
AND
LOCATION
DELIVERY, INSTALLATION AND COMMISSIONING: PERIOD
AND LOCATION
The Delivery & installation shall be done at the
specified locations within SIX to Eight Weeks
max from the placement of order. Delivery of
the equipment shall be made by the Vendor in
accordance with the system approved / ordered.
The details of the documents to be furnished by
the Vendor are specified hereunder :-
copies of Delivery Challans
copies of packing list identifying contents of
each package`
Please refer the corrigendum.
Page 11 of 31
S.N RFP Page RFP Clause no Existing clause Details Clarification Sought Bank's response
Bank's response to prebid - queries.
Request for Proposal (RFP) For Procurement of SAN STORAGES at DC, DR & NDRRFP Ref :- IDBI /PCell / RFP/2015 -16/28 dated 15- March -2016
96 112 ANNEXURE II –
ELIGIBILITY
CRITERIA
The Original Equipment Manufacturer (OEM) can either
directly bid or bid through one of their Authorised
partners. In case of Authorised Partner, Manufacturer’s
Authorisation Letter should be submitted
The Original Equipment Manufacturer (OEM)
can either directly bid or bid through max 2 of
their Authorised partners.
Please refer the corrigendum.
97 ANNEXURE II –
ELIGIBILITY
CRITERIA
Type of disks (Flash Card/Flash Drive/SLC SSD/eMLC
SSD/MLC SSD/SAS)
As bank is looking for enterprise class storage ,
so should consider Flash Card/Flash Drive/eMLC
SSD only)
No change in RFP terms.
98 97 Specification
of SAN
Storages at
NDR and
Specification
of SAN
Storages for
DC & DR
Type of disks (Flash Card/Flash Drive/SLC SSD/eMLC
SSD/MLC SSD/SAS)
As bank is looking for enterprise class storage ,
so should consider Flash Card/Flash Drive/eMLC
SSD only)
No change in RFP terms.
99 Page No 10 Clause No 7.4 The bidder should have an annual turnover of at least
Rs. 100 Crore in each of the last three financial years i.e.
2012-13, 2013-14 and 2014-2015.
Having a large Turnover will restrict
competition. Reducing the Annual turnover to
20 crores will ensure healthy competition &
competitive prices to the bank. Requesting your
goodself to reduce the annual turnover to Rs. 20
crores in each of the last three financial years i.e
2012-13, 2013-14, and 2014-2015
No change in RFP terms.
100 Page 112 ANNEXURE II –
ELIGIBILITY
CRITERIA
The bidder should have an annual turnover of at least
Rs. 100 Crore in each of the last three financial years i.e.
2012-13, 2013-14 and 2014-2015.
We request that It should be :- The bidder
should have an annual turnover of at least Rs.
100 Crore in each of the last three financial
years i.e. 2013-14, 2014-15 and 2015-2016.
Because BID submission date April 2016 which
comes under Financial Year 2016-2017.
No change in RFP terms.
101 Page 21 Section-2, 5.5 After the expiry of warranty period, Bank will enter into
Annual Maintenance Contract (AMC) with the vendor or
OEM. In such a case, the vendor/OEM shall provide the
AMC services at a cost not exceeding 8% of the purchase
value of the items to be maintained for at least next 4
years (after expiry of warranty).
We request that instead of an annual
percentage for Warranty, we suggest that an
absolute value which can be added as part of
the TCO consideration for vendor selection.
No change in RFP terms.
102 Page 64 Section-4, 11 After the expiry of warranty period, Bank will enter into
Annual Maintenance Contract (AMC) with the vendor or
OEM. In such a case, the vendor/OEM shall provide the
AMC services at a cost not exceeding 8% of the purchase
value of the items to be maintained for at least next 4
years (after expiry of warranty).
We request that instead of an annual
percentage for Warranty, we suggest that an
absolute value which can be added as part of
the TCO consideration for vendor selection.
No change in RFP terms.
103 Page 60 Section-4, 2.4 Storage based synchronous replication of CBS database
from new proposed storage to IBM DS8870.
The performance expectation or SLAs cannot be
met if Bank wants to synchronously replicate
between a new storage and existing IBM
DS8870. In which case, the better option would
be for the Bank to procure three new Enterprise
Class storage systems i.e one each for DC, DR
and NDR and implement 3-Way Storage based
replication while re-purposing existing IBM
DS8870 for non-Core Banking applications.
Please refer the corrigendum.
Page 12 of 31
S.N RFP Page RFP Clause no Existing clause Details Clarification Sought Bank's response
Bank's response to prebid - queries.
Request for Proposal (RFP) For Procurement of SAN STORAGES at DC, DR & NDRRFP Ref :- IDBI /PCell / RFP/2015 -16/28 dated 15- March -2016
104 Page 61 Section-4, 2.6 Storage based synchronous replication of CBS database
from new proposed storage to IBM DS8870.
The replication between Primary and DR is
Asynchronous. There will be always lag in the
data.
If Bank plans to create Synchronous replication
at DR locally between new proposed storage
and IBM DS8870 there will always lag on
account of Asynchronous replication being
implemented between Primary new Storage and
DR new Storage. This is the same outcome with
any storage you deploy.
Please refer the corrigendum.
105 Page 61 Section-4, 2.7 3-site storage based replication How will DR site updated in-case of Primary site
is down to breach lag between Primary and DR
Async lag?
To meet this requirement storage based
replication can support Delta between NDR and
DR.
Please refer the corrigendum.
106 Page 61 Section-4, 3.3 Defective equipment / software shall be replaced by the
vendor at his own cost, including the cost of transport, if
any.
While equipment is under warranty / support
contract with respective OEM
No change in RFP terms.
107 Page 63 Section-4, 3.8 Root Cause Analysis (RCA) faced for any issues should be
provided by OEM within 3 Business Days.
Root Cause Analysis (RCA) for issues identified in
storage array should be provided by OEM within
3 Business Days.
Please refer the corrigendum.
108 Page 64 Section-4, 7.1 Vendor must ensure successful migration of data from
old storage to new storage. Any data loss would attract
penalty of Rs. 10,00,000/- per host. Same will be
adjusted against the 15% Performance Bank Guarantee
(PBG) retained by the Bank
IDBI Bank / or its designated subsidiary, must
smoothly facilitate data migration methodology
proposed by the OEM only then may this clause
be considered governable. Please clarify basis of
such a stiff penalty of Rs. 10 Lakhs per host.
No change in RFP terms.
Migration activity should not
result in any Data loss for the
Bank.
109 2.1 2.1 Flash Storage Devices to be configured in RAID6 Flash Storage Devices to be configured in RAID5
or RAID6
No change in RFP terms.
110 2.1 2.1 All the storage drives and backend connectivity must be
based on minimum 6 Gbps SAS
The storage must have equal number of
frontend and backend ports, 32 Backend must
be configured in the storage system
No change in RFP terms. The
vendor to configure the
backend port according to the
performance requirement
mentioned in the RFP.
111 7.7 7.6 The bidder must have experience in providing Enterprise
Storage Solution for at least past 2 years. Supplied
storage should have minimum 50 TB usable or 75 TB raw
space. At least one purchase order should pertain to a
period prior to January 2014 and at least one purchase
order should pertain to the period commencing from
January 2014
A) The bidder must have experience in providing
Enterprise Storage Solution for at least past 2
years. Supplied storage should have minimum
30 TB usable space .Two purchase orders should
be from last two calendar years (2014 and 2015)
OR
B) The bidder must have experience in
providing Enterprise Storage Solution in 3 BFSI
customers for at least past 3 years. Supplied
storage should have minimum 25 TB usable
space. Purchase orders should be from last
three calendar years (2013,2014 and 2015)
Please refer the corrigendum.
112 2.4 2.4 The proposed enterprise storage of the OEM must be in
the latest Gartner’s report on “Critical Capabilities for
General-Purpose, High-End Storage Arrays”. (Copy of the
relevant report to be furnished).
Proposed OEM should be from Leaders position
from Gartner’s Quadrant for General-purpose
Disk Array dated October 2015 . ID:G00272355
Please refer the corrigendum.
113 Storage based synchronous replication of CBS database
from new proposed storage to IBM DS8870.
Storage based synchronous copy/mirroring of
CBS database from new proposed storage to
IBM DS8870 to create an active real time copy
Please refer the corrigendum.
Page 13 of 31
S.N RFP Page RFP Clause no Existing clause Details Clarification Sought Bank's response
Bank's response to prebid - queries.
Request for Proposal (RFP) For Procurement of SAN STORAGES at DC, DR & NDRRFP Ref :- IDBI /PCell / RFP/2015 -16/28 dated 15- March -2016
114 2.1 2.1 The solution must be used for running finacle
core banking solution and must have at least
three implementation of Finacle core banking in
a public / scheduled commercial bank currently
running in India.
Please refer the corrigendum.
115 Controller Upgrade The enterprise storage system must have a scale-
out architecture and must scale to minimum 8
controllers
No change in RFP terms.
116 Cach Upgrade SSD Drives cannot be more than 1600GB No change in RFP terms.
117 1 1 DELIVERY, INSTALLATION AND COMMISSIONING: PERIOD
AND LOCATION
The Delivery & installation shall be done at the
specified locations within SIX to Eight Weeks
max from the placement of order. Delivery of
the equipment shall be made by the Vendor in
accordance with the system approved / ordered.
The details of the documents to be furnished by
the Vendor are specified hereunder :-
copies of Delivery Challans
copies of packing list identifying contents of
each package`
Please refer the corrigendum.
118 The proposed enterprise storage of the OEM must be in
the latest Gartner’s report on “Critical Capabilities for
General-Purpose, High-End Storage Arrays”.
Proposed OEM should be from Leaders position
from Gartner’s Quadrant for General-purpose
Disk Array dated October 2015 . ID:G00272355
Please refer the corrigendum.
119 2.2 2.2 Type of disks (Flash Card/Flash Drive/SLC SSD/eMLC
SSD/MLC SSD/SAS)
As bank is looking for enterprise class storage ,
so should consider Flash Card/Flash Drive/eMLC
SSD only)
No change in RFP terms.
120 8 3.1 The Bidder shall furnish as a part of its Bid, a Bid Security
of Rs. 20,00,000/- (Rupees Twenty Lakhs Only) by way of
demand draft or bankers cheque or pay order in favor of
‘IDBI Bank Limited’ payable at Mumbai. This Bid Security
must accompany the technical bid.
If we can provide EMD in the form of BG No Change in RFP terms
121 8 3.3 (iii) If the Successful Bidder fails to sign the contract or
furnish performance security and other
guarantee(s)/security in the form and manner to the
satisfaction of IDBI Bank, as mentioned in the Bid
Documents;
Changes requrested "In the form and manner
mutually agreed by both parties"
No change in RFP terms.
122 8 3.3 (iv) In the event of any evasion, avoidance, refusal or delay
on the part of the Successful Bidder to sign and execute
the order/ purchase order/ service order or any
document, as may be required by IDBI Bank in case the
Bid is accepted.
Changes requested "required and to be in a
format mutually agreed by both parties"
No change in RFP terms.
123 10 7.9, 7.10 7.9. ISO 9001-2008 Certificate (OEM and Bidder) with
latest audit surveillance certificate to be submitted.
7.10. IS0 14001 Certificate (OEM) with the latest audit
surveillance certificate to be submitted.
IBM is certified by the highest authority of these
certifications , consistently from past few years.
IBM is gloally certified and the certificates are
available publicly. However , the audit
surveillance certificates are confidential and
caanot be shared.
No change in RFP terms.
The Bank doesnot require the
surveillance report. The latest
ISO certificate needs to be
submitted , which should
contain the citation regarding
the last audit surveillance date.
124 11 8.8 (ii) they have read and understood the RFP and have
conveyed their absolute and unconditional acceptance
to the
Need to remove this clause as there will be
some deviation
No change in RFP terms.
Page 14 of 31
S.N RFP Page RFP Clause no Existing clause Details Clarification Sought Bank's response
Bank's response to prebid - queries.
Request for Proposal (RFP) For Procurement of SAN STORAGES at DC, DR & NDRRFP Ref :- IDBI /PCell / RFP/2015 -16/28 dated 15- March -2016
125 15 11.2 The delivery & installation schedule specified above shall
be strictly adhered to. Time is the essence of this
Contract. The delivery of IT equipments at new will be
done on obtaining prior permission from dealing group.
If, equipments are delivered at new without obtaining
permission from dealing group then bank will not be
responsible for any further consequences
Request change in the language Time cannot be
essence . Needs to modify time as presumptive
estimate.
Clarification needed for second part of this
clause - "The delivery of IT equipments at new
will be done on obtaining prior permission from
dealing group. If, equipments are delivered at
new without obtaining permission from dealing
group then bank will not be responsible for any
further consequences"
Time is of essence for the
purpose of delivery,
commissioning and SLAs.
Regarding the second para, it is
applicable in case of change in
location after issue of P.O.
126 27 23.1 After Bank notifies the Successful Bidder that its bid has
been accepted; the Bidder should sign the Contract and
complete the execution of all other legal documents
within 15 days of the acceptance of PO / LOI.
The days need to be agreable by both parties No change in RFP terms.
127 28 25.7 Penalties, if any will be recovered from the payments /
EMD / Performance Bank Guarantee, as the Bank may
deem fit. In case PBG is invoked for recovery of penalties
/ damages, the vendor would be required to submit
fresh PBG for the same amount and validity period as
the earlier ( invoked ) PBG.
Penaltines need to be settled by other means
than invoking payments / EMD / Performance
Bank Guarantee . ( e.g. - credit note)
No change in RFP terms.
128 30 1.6 “Service Period” means the period of 7 years
commencing from the date of successful commissioning
as mentioned in the acceptance certificate issued by
Purchaser. This period will comprise of 3 year of
warranty and 4 years of AMC.
The clause need to be changed according to the
change request for Section 1 , clause 5.5
No change in RFP terms.
129 30 1.8 In case of a difference of opinion on the part of the
Bidder in comprehending or interpreting any clause /
provision of the Bid Document after submission of the
Bid, the interpretation by Purchaser and decision of
Purchaser in this behalf shall be final, conclusive and
binding on the Bidder.
Difference of opinion need to be sorted out in
mutually agreeable manner
No change in RFP terms.
130 31 1.11 "“"Confidential Information" means, (i) intellectual
property information including Intellectual Property
Information; (ii) technical or business information or
material not covered in (i); (iii) proprietary or internal
information related to the current, future and proposed
products or services of the Parties including, financial
information, process/flow charts, business models,
designs, drawings, data information related to products
and services, procurement requirements, purchasing,
customers, investors, employees, business and
contractual relationships, business forecasts, business
plans and strategies, information the Parties provide
regarding third parties; (iv) information disclosed
pursuant to this Contract and (v) all such other
information which by its nature or the circumstances of
its disclosure is confidential.
We request the following para. be added to the
Confidentiality clause: Each party shall maintain
as confidential all information received from the
other party that is identified as confidential at
the time of disclosure (Confidential
Information). Confidential Information shall not
include information that is independently
developed by recipient or is in public knowledge
or is already in the possession of the recipient or
is received by receiving party from a third party.
If receiving party is required to disclose
Confidential Information due to a legal
requirement, it shall provide prompt notice of
the same to disclosing party. Confidentiality
obligation shall survive for a period of two years
from date of initial disclosure. Each party shall
comply with the applicable export and import
laws and regulations.
No Change in RFP terms
131 32 2.9 Reasonability and materiality of "doubt" and
"controversy" shall be at the discretion of IDBI Bank Ltd.
Need clarification on this clause This pertains to interpretation
of Terms and conditions of
contract.
Page 15 of 31
S.N RFP Page RFP Clause no Existing clause Details Clarification Sought Bank's response
Bank's response to prebid - queries.
Request for Proposal (RFP) For Procurement of SAN STORAGES at DC, DR & NDRRFP Ref :- IDBI /PCell / RFP/2015 -16/28 dated 15- March -2016
132 33 6 Indemnity We request all the indemnities under the RFP be
replaced by the following indemnity: IBM shall
indemnify the Bank against third parties claims
for copyright or patent infringement arising
from the use of IBM manufactured products
subject to patents/copyrights incorporated in
any goods and services offered by them as long
as they are unaltered products manufactured
and supplied by IBM and IBM is provided with
prompt notice of any such claim and is allowed
to take sole defense and control of any such
claim.
No Change in RFP terms
133 33 7 INTELLECTUAL PROPERTY RIGHTS AND PATENT RIGHTS We request that IP ownership be dealt in the
following manner:Nothing in this Agreement
affects the intellectual property rights of the
parties that are in existence on or before the
Effective Date of this Agreement. Bidder or third
parties will own the copyright in all Materials
created under the Agreement ("Bidder
Materials"). Bidder grants Customer an
irrevocable, nonexclusive, worldwide, paid-up
license to use, execute, reproduce, display,
perform, and distribute (within Customer’s
Enterprise only) copies of Bidder Materials
solely for the purposes for which they were
delivered. “Materials” means literary works or
other works of authorship such as programs,
program listing, programming tools,
documentation, reports, drawings, etc. that
Bidder may deliver to customer as part of the
Services. The term ‘Materials’ does not include
licensed program products available under
respective Bidder’s license agreements.
No Change in RFP terms
134 34 8.3 Purchaser’s has the right to inspect and test the goods at
Bidder plant at any time during the contract period.
The inspection and test need to be (a) At
purchasers cost, (b) Need sufficient prior notice
Same would be discussed with
successful bidder.
135 35 10 ACCEPTANCE CERTIFICATES Abridged Acceptance clause: We request that
acceptance of deliverables be done in the
following manner: “The standard review period
for Customer acceptance to sign-off deliverables
is three working days. Acceptance sign-off is
assumed unless otherwise communicated to
IBM in writing before the review period.”
No change in RFP terms.
136 36 14.1 Warranty will start from the date of completion of
deployment/installation/zoning as per design document.
Warranty will start within 30days of shipment or
completion of deployment whichever occurs
earlier
Please refer the corrigendum.
137 36 14.2 The warranty period for each storage, machine,
equipment or any part thereof is a specified, fixed period
of 36 months on 24X7 basis with uptime of 99.999%
annually from date of acceptance of SAN Storages at the
respective location/s after completion of the
abovementioned activities.
Need clarification on actual ask of this clause Please refer the corrigendum.
Page 16 of 31
S.N RFP Page RFP Clause no Existing clause Details Clarification Sought Bank's response
Bank's response to prebid - queries.
Request for Proposal (RFP) For Procurement of SAN STORAGES at DC, DR & NDRRFP Ref :- IDBI /PCell / RFP/2015 -16/28 dated 15- March -2016
138 37 16.1 The Bidder agrees that the requirements given in
specifications,........... shall be carried out by Bidder
without any time and cost effect to Purchaser.
Sizing will be done based on quote ( Neel to
check the language)
No Comments.
139 38 16.7 If there is a difference of opinion between the Bidder
and Purchaser whether a particular work or part of the
work constitutes a change order or not, the decision of
the Purchaser shall be final, conclusive and binding on
the Bidder.
Need deletion of this clause No change in RFP terms.
140 38 17.1 No variation in or modification of the terms of the
Contract shall be made, except by prior written
amendment after obtaining prior written approval from
both the Parties and shall be signed by the Parties. The
Successful Bidder, however, agrees it shall be bound to
amend the Contract, if so required by IDBI Bank, for
giving effect to any amendment, modification etc. in the
applicable laws including but not limited to amendment
/ modification etc. in the Reserve Bank of India Act,
1934/ the Banking Regulations Act, 1949 and/or to give
effect to any modifications, amendments or fresh
guidelines issued/imposed by RBI.
Need clarification.
Our understanding is that modification will be
done on mutually agreement in terms of scope
and cost
No unilateral variation in or
modification of the terms of
the Contract shall be made,
except where required under
the statute.
141 38 18.4 18.4. A delay by the Successful Bidder in the
performance of its Contract obligations shall render the
Successful Bidder liable to any or all the following
sanctions:
18.4.1. Forfeiture of its performance guarantee
18.4.2. Termination of the Contract for default
We will be only responsible for the delay
attributed by us and not by any third party or
bank.
No change in RFP terms.
142 38 19 19. LIQUIDATED DAMAGES Liquidated damages is the sole remedy of
customer
No change in RFP terms.
143 39 21 FORCE MAJEURE We request that this clause is applied only to the
non monetary obligations of the parties.
No change in RFP terms.
144 39 20 TERMINATION FOR CONVENIENCE Request deletion of this clause. Please refer Corrigendum.
The clause stands deleted.
145 42 26 SUCCESSFUL BIDDER’S OBLIGATIONS Required Consents: We request the following be
added along with the Bidders responsibility to
take prior consents: If Customer is making
available to Bidder any facilities, software,
hardware or other resources in connection with
our performance of Services, Customer agrees
to obtain any licenses or approvals related to
these resources that may be necessary for
Bidder to perform the Services and develop
Materials. Bidder will be relieved of its
obligations that are adversely affected by
Customer’s failure to promptly obtain such
licenses or approvals. Customer agrees to
reimburse Bidder for any reasonable costs and
other amounts that Bidder may incur from
Customer’s failure to obtain these licenses or
approvals.
No change in RFP terms.
Page 17 of 31
S.N RFP Page RFP Clause no Existing clause Details Clarification Sought Bank's response
Bank's response to prebid - queries.
Request for Proposal (RFP) For Procurement of SAN STORAGES at DC, DR & NDRRFP Ref :- IDBI /PCell / RFP/2015 -16/28 dated 15- March -2016
146 48 43 REPRESENTATIONS AND WARRANTIES We request that the following be added: IBM
will provide third party product warranties on a
pass-through basis to Customer in accordance
with the relevant third party terms and
conditions. Further, there are no implied
conditions or warranties, including warranties
for merchantability and fitness for a particular
purpose.
No change in RFP terms.
147 45 37 PURCHASER’S RIGHT OF INSPECTION AND PERIODIC
AUDIT
Need more clarificatio on this clause The Bank reserves the right to
inspect the goods before and
during delivery. The cost for
the same is to be borne by the
successful bidder.
148 47 41 41. REVERSE ENGINEERING
41.1. The Successful Bidder acknowledges that during
the course of performance of Services/its obligations
under the Contract/RFP, it may get an access to the
software(s) owned by /licensed to IDBI Bank. Successful
Bidder warrants that it shall use such software only for
the purpose of the Contract/this RFP and shall not do the
following;
i. reverse engineer, decompile, decode, decrypt,
disassemble, or in any way derive its source code;
ii. modify, translate, adapt, alter, or create derivative
works from it;
iii. copy, distribute, publicly display, transmit, sell, rent,
lease or otherwise exploit it; or
iv. distribute, sublicense, rent, lease, loan it to any third
party.
clause 41 might not be applicable for hardware
device. Need clarification on applicability of
hardware transaction.
This clause is generally not
applicable to hardware
procurement. However, it shall
come into play to the extent of
access to OS and other
software.
149 47 42 42. DATA HARDWARE
42.1. By virtue of this Contract, the Bidder’s team may
have access to personal and business information of the
Purchaser and/or a third party or any taxpayer, any
other person covered within the ambit of any Income tax
legislation. The Purchaser have the sole ownership of
and the right to use, all such data in perpetuity including
any data or other information pertaining to the
subscriber that may be in the possession of the Bidder or
Bidder’s team in the course of performing the Services
under this Contract.
clause 42 might not be applicable for hardware
device. Need clarification on applicability of
hardware transaction.
This clause is generally not
applicable to hardware
procurement. However, it shall
come into play to the extent of
access to OS and other
software.
150 48 43.1 - 43.17 REPRESENTATIONS AND WARRANTIES need to be applicable to both parties not only
bidder.
No change in RFP terms.
Page 18 of 31
S.N RFP Page RFP Clause no Existing clause Details Clarification Sought Bank's response
Bank's response to prebid - queries.
Request for Proposal (RFP) For Procurement of SAN STORAGES at DC, DR & NDRRFP Ref :- IDBI /PCell / RFP/2015 -16/28 dated 15- March -2016
151 50 43.18 That the Bidder owns, has license to use or otherwise
has the right to use, free of any pending or threatened
liens or other security or other interests all Intellectual
Property Rights, which are required or desirable for the
project and the Bidder does not, in carrying on its
business and operations, infringe any Intellectual
Property Rights of any person. None of the Intellectual
Property or Intellectual Property Rights owned or
enjoyed by the Bidder or which the Bidder is licensed to
use, which are material in the context of the Bidder’s
business and operations are being infringed nor, so far
as the Bidder is aware, is there any infringement or
threatened infringement of those Intellectual Property
or Intellectual Property Rights licensed or provided to
the Bidder by any person. All Intellectual Property Rights
(owned by the Bidder or which the Bidder is licensed to
use) are valid and subsisting. All actions (including
registration, payment of all registration and renewal
fees) required to maintain the same in full force and
effect have been taken thereon and shall keep the
Purchaser indemnified in relation thereto.
Need change in the clause as we are already
providing Indemnity
No change in RFP terms.
152 51 46 TERMINATION We request all termination clauses in the RFP be
replaced by the following para.: Either party
may terminate the contract, with thirty days
prior written notice, if the other party has
committed a material breach of the contract and
if such breach has not been cured during the
notice period. Customer shall pay Bidder for all
products and services provided up to the
effective date of termination.
No change in RFP terms.
153 56 60 LIMITATION OF LIABILITY: We request the Limits of Liability language be
modified as follows: Notwithstanding anything
stated to the contrary in the RFP and regardless
of the nature of claim, Bidder’s aggregate
liability for direct damages under this Contract
shall not exceed the charges paid by Customer
to Bidder for the individual product or service
that is the subject of claim (if recurring, twelve
months charges apply). This limit shall not apply
to damages for bodily injury (including death)
and damage to real property and tangible
personal property for which Bidder is legally
liable. The Bidder shall in no event be liable for
indirect, consequential, incidental or special
damages, loss of/damage to, data and third
party claims, even if Bidder has been advised of
possibility of such damages.
No change in RFP terms.
154 73 5 FORMAT FOR UNCONDITIONAL ACCEPTANCE OF TERMS
& CONDITIONS OF THE RFP
Need a change in this form. As there will be
deviations in this bid
No change in RFP terms.
Page 19 of 31
S.N RFP Page RFP Clause no Existing clause Details Clarification Sought Bank's response
Bank's response to prebid - queries.
Request for Proposal (RFP) For Procurement of SAN STORAGES at DC, DR & NDRRFP Ref :- IDBI /PCell / RFP/2015 -16/28 dated 15- March -2016
155 General We request the following clause be added to the
contract: “Contractor transfers title to a
Machine to Customer or, if applicable,
Customer’s lessor, upon payment of all the
amounts due. For each Machine, Contractor
bears the risk of loss or damage up to the time it
is delivered to the Contractor-designated carrier
for shipment to Customer or to Customer’s
designated location. Thereafter, Customer
assumes the risk. Each Machine will be covered
by insurance, arranged and paid for by
Contractor for Customer, covering the period
until it is delivered to Customer or Customer’s
designated location. For any loss or damage,
Customer must i) report the loss or damage in
writing to Contractor within 10 business days of
delivery and ii) follow the applicable claim
procedure.”
The successful vendor is
responsible for the insurance
of the equipments till the date
of Commissioning of the
system at the respective
locations.
156 60 2.2/2.3/2.4 The OEM will deploy project manager & engineers for
the installation of storage and migration of data from
existing storage to new storage.
If its 8K family, we can perform Data migration
otherwise Backup restore method has to be
performed by customer.
No change in RFP terms.
157 61 3.2 Vendor has to ensure 99.999% uptime calculated
annually any 4 Hrs response commitment.
Maximum support will be given from IBM will
be 99.5%, rest has to be achieve from solution
level..
No change in RFP terms.
158 61 3.5 Onsite resource to be available for App specific Tuning
Services
What is the Time frame required for fine tuning. Please refer Section 4, para 3.7
of the RFP.
159 64 8.1 Vendor must depute skilled engineer for 1 Year to
provide support on 24x7 basis
Clarity requires on number of years & all sites or
only at DC site.
Please refer the corrigendum.
160 64 10.1 IR report & final acceptance report should be submitted
after complete implementation of systems.
Time frame should be defined priory, so we can
frame it accordingly. Payment terms should be
also 100% upfront after successful
Implementation & not in part wise…
Please refer the corrigendum.
161 65 12.1 In case IDBI wishes to shift any systems from one place
to another, anywhere in India, an engineer will be made
available by the vendor for the purpose of dismantling,
pre-shifting inspection, post-shifting inspection,
installation & etc.
Any shifting activity will be chargeable activity.
Its very generic terms used in this pera & has to
be modified.
Transporation charges for
shifting will be paid by the
Bank. However, pre-shifting
inspection, unmounting,
mounting to be done by
vendor without any charges.
162 10 7.7 The proposed storage offered must be of latest
generation enterprise storage. The proposed storage
must be listed in Gartner's Critical Capabilities for
General-Purpose, High-End Storage Arrays.
We would like to propose the latest DS8880
series. The DS8870 mentioned in 2015 Gartner
report is from the same family of storage as
provided in the product brochure/Website.
Please confirm
Please refer the corrigendum.
163 98 5 Clarification required on Sizing At DC, DR, For Non-CBS capacity, request you to
clarify the requirement for 70TB capacity
(Total 195TB -125TB = 70TB Business copies)
Out of 195 TB usable capacity,
125 TB is required for CBS full
copy clone and 70 TB is for
other Non-CBS applications.
164 105 7, 9 NDC Cache requirement and scalability Bank should consider Cache size in NDC at
128GB considering sync replication and link
performance overhead. The same should be
scalable upto 256GB.
This is considering cache-sizing at 25% of DC, DR
storages.
No change in RFP terms.
Page 20 of 31
S.N RFP Page RFP Clause no Existing clause Details Clarification Sought Bank's response
Bank's response to prebid - queries.
Request for Proposal (RFP) For Procurement of SAN STORAGES at DC, DR & NDRRFP Ref :- IDBI /PCell / RFP/2015 -16/28 dated 15- March -2016
165 57 Switch Port availability The RFP has not mentioned free port-availability
on current Cisco 9148 which would be essential
for solution deployment and initial storage
migration.
DC & DR - In each of Fabric1 &
Fabric2, 55 number of free
ports are available.
NDR - In each of Fabric1 &
Fabric2, 25 number of free
ports are available.
166 Important recommendation Additional 8Nos of 8Gbps ports should be
factored for storage replication in DC, NDC, DR.
Request to include in the requirement
No change in RFP terms.
167 Important recommendation Additional 20% of storage capacity should be
factor for async storage based replication
between DC and DR. Request to include in the
requirement
No change in RFP terms.
168 10 of 115 7.6 The bidder must have experience in providing Enterprise
Storage Solution for at least past 2 years. Supplied
storage should have minimum 50 TB usable or 75 TB raw
space. At least one purchase order should pertain to a
period prior to January 2014 and at least one purchase
order should pertain to the period commencing from
January 2014.
Request to Modify the clause as: The bidder
must have experience in providing Enterprise
Storage Solution for at least past 2 years.
Supplied storage should have minimum 20 TB
usable or 35 TB raw space. At least one purchase
order should pertain to a period prior to January
2014 and at least one purchase order should
pertain to the period commencing from January
2014.
No change in RFP terms.
169 10 of 115 7.6 The bidder must have experience in providing Enterprise
Storage Solution for at least past 2 years. Supplied
storage should have minimum 50 TB usable or 75 TB raw
space. At least one purchase order should pertain to a
period prior to January 2014 and at least one purchase
order should pertain to the period commencing from
January 2014.
Request to Modify the clause as: The bidder
must have experience in providing Enterprise
Storage Solution for at least past 5 years. At
least one purchase order should pertain to a
period prior to January 2013 and at least one
purchase order should pertain to the period
commencing from January 2014. Atleast one
purchase order of Supplied storage should have
minimum 50 TB usable or 75 TB raw space.
No change in RFP terms.
170 10 of 115 7.6 The bidder must have experience in providing Enterprise
Storage Solution for at least past 2 years. Supplied
storage should have minimum 50 TB usable or 75 TB raw
space. At least one purchase order should pertain to a
period prior to January 2014 and at least one purchase
order should pertain to the period commencing from
January 2014.
Request to Modify the clause as: The bidder
must have experience in providing Enterprise
Storage Solution for at least past 3 years. At
least one purchase order should pertain to a
period prior to January 2013 and at least one
purchase order should pertain to the period
commencing from January 2014. Atleast one
purchase order of Supplied storage should have
minimum 50 TB usable or 75 TB raw space.
No change in RFP terms.
171 60 2.4.iv Storage based synchronous replication of CBS database
from new proposed storage to IBM DS8870
In this Case Only IBM can provide Syncronous
reolication from New storage to IBM DS8870.
This will make it vendor specific RFP. Allow to
USe Host Based Replication Tools to do
replication via hosts.
Please refer the corrigendum.
172 61 2.6.iv Storage based synchronous replication of CBS database
from new proposed storage to IBM DS8870
Since existing DS8870 would have a usable
capacity of only 18TB, can the same be replaced
with an alternate array of equivalent capacity
and performance that supports sycronour
replication with new proposed array?
Please refer the corrigendum.
173 98,104 Section 6,
2.1.4. and
2.2.4
All Drive type such as Flash Storage Device/SAS
HDD/NLSAS HDD must be supported, with industry
standard RAID support such as RAID5, RAID10, RAID6.
Can an alternate RAID technology providing
support for single disk failure, dual disk failure
and mirroring be proposed ?
No change in RFP terms.
Page 21 of 31
S.N RFP Page RFP Clause no Existing clause Details Clarification Sought Bank's response
Bank's response to prebid - queries.
Request for Proposal (RFP) For Procurement of SAN STORAGES at DC, DR & NDRRFP Ref :- IDBI /PCell / RFP/2015 -16/28 dated 15- March -2016
174 98 Section 6,
2.1.5.
For CBS Prod - Usable capacity - 30 TB for DB, 5 TB for
APP, 20 TB for ATM/CSIS on Flash Storage Device + SAS
HDD with block size of 8K, Read/Write Ratio 70:30,
Average Read/Write Response Time <= 1 ms in 24 hours,
200000 IOPS, Flash Storage Devices to be configured in
RAID6 & SAS HDDs to be configured in RAID10. For Non-
CBS - Usable capacity - 195 TB on Flash Storage Device +
SAS HDD with block size of 8K, Read/Write Ratio 60:40,
Average Read/Write Response Time <= 2 ms in 24 hours,
150000 IOPS, Flash Storage Devices and SAS HDDs to be
configured in RAID6.
Can OEM propose, an all Flash Solution for
entire capacity on RAID 6, which would be
recommended to meet the performance
requirements of submillisecond latency
specified in the RFP?
No change in RFP terms. Bank
has specified minimum 20% of
configured usable capacity to
be from Flash Storage Device.
Bidder may provide 100%
capacity on Flash Storage
Device.
175 104 Section 6,
2.2.5
For CBS - Usable capacity - 30 TB for DB on Flash Storage
Device + SAS HDD with block size of 8K,
Read/Write Ratio 70:30, Average Read/Write Response
Time <= 1 ms in 24 hours, 35000 IOPS, Flash Storage
Devices to be configured in RAID6 & SAS HDDs to be
configured in RAID10.
For Non-CBS - Usable capacity - 30 TB on Flash Storage
Device + SAS HDD with block size of 8K, Read/Write Ratio
70:30, Average Read/Write Response Time <= 2 ms in 24
hours, 35000 IOPS, Flash Storage Devices and SAS HDDs
to be configured in RAID6.b
Same as above No change in RFP terms. Bank
has specified minimum 20% of
configured usable capacity to
be from Flash Storage Device.
Bidder may provide 100%
capacity on Flash Storage
Device.
176 100 Section 6.2.12 The storage must support automated movement of data
between different tiers of different disks and RAID types.
Provide all the necessary licenses for entire offered
capacity of automated storage tiering.
Would tiring be required in real time or on
periodic basis over 24 hour window
No change in RFP terms.
177 Page 21 Section-2, 5.5 After the expiry of warranty period, Bank will enter into
Annual Maintenance Contract (AMC) with the vendor or
OEM. In such a case, the vendor/OEM shall provide the
AMC services at a cost not exceeding 8% of the purchase
value of the items to be maintained for at least next 4
years (after expiry of warranty).
We request that instead of an annual
percentage for Warranty, we suggest that an
absolute value which can be added as part of
the TCO consideration for vendor selection.
No change in RFP terms.
178 Page 64 Section-4, 11 After the expiry of warranty period, Bank will enter into
Annual Maintenance Contract (AMC) with the vendor or
OEM. In such a case, the vendor/OEM shall provide the
AMC services at a cost not exceeding 8% of the purchase
value of the items to be maintained for at least next 4
years (after expiry of warranty).
We request that instead of an annual
percentage for Warranty, we suggest that an
absolute value which can be added as part of
the TCO consideration for vendor selection.
No change in RFP terms.
179 Page 60 Section-4, 2.4 Storage based synchronous replication of CBS database
from new proposed storage to IBM DS8870.
The performance expectation or SLAs cannot be
met if Bank wants to synchronously replicate
between a new storage and existing IBM
DS8870. In which case, the better option would
be for the Bank to procure three new Enterprise
Class storage systems i.e one each for DC, DR
and NDR and implement 3-Way Storage based
replication while re-purposing existing IBM
DS8870 for non-Core Banking applications.
Please refer the corrigendum.
Page 22 of 31
S.N RFP Page RFP Clause no Existing clause Details Clarification Sought Bank's response
Bank's response to prebid - queries.
Request for Proposal (RFP) For Procurement of SAN STORAGES at DC, DR & NDRRFP Ref :- IDBI /PCell / RFP/2015 -16/28 dated 15- March -2016
180 Page 61 Section-4, 2.6 Storage based synchronous replication of CBS database
from new proposed storage to IBM DS8870.
The replication between Primary and DR is
Asynchronous. There will be always lag in the
data.
If Bank plans to create Synchronous replication
at DR locally between new proposed storage
and IBM DS8870 there will always lag on
account of Asynchronous replication being
implemented between Primary new Storage and
DR new Storage. This is the same outcome with
any storage you deploy.
Please refer the corrigendum.
181 Page 61 Section-4, 2.7 3-site storage based replication How will DR site updated in-case of Primary site
is down to breach lag between Primary and DR
Async lag?
To meet this requirement storage based
replication can support Delta between NDR and
DR.
Please refer the corrigendum.
182 Page 61 Section-4, 3.3 Defective equipment / software shall be replaced by the
vendor at his own cost, including the cost of transport, if
any.
While equipment is under warranty / support
contract with respective OEM
No change in RFP terms.
183 Page 63 Section-4, 3.8 Root Cause Analysis (RCA) faced for any issues should be
provided by OEM within 3 Business Days.
Root Cause Analysis (RCA) for issues identified in
storage array should be provided by OEM within
3 Business Days.
Please refer the corrigendum.
184 Page 64 Section-4, 7.1 Vendor must ensure successful migration of data from
old storage to new storage. Any data loss would attract
penalty of Rs. 10,00,000/- per host. Same will be
adjusted against the 15% Performance Bank Guarantee
(PBG) retained by the Bank
IDBI Bank / or its designated subsidiary, must
smoothly facilitate data migration methodology
proposed by the OEM only then may this clause
be considered governable. Please clarify basis of
such a stiff penalty of Rs. 10 Lakhs per host.
No change in RFP terms.
Migration activity should not
result in any Data loss for the
Bank.
185 Page 15 11 The Delivery & installation shall be done at the specified
locations within SIX Weeks from the placement of order.
Delivery of the equipment shall be made by the Vendor
in accordance with the system approved / ordered. The
details of the documents to be furnished by the Vendor
are specified hereunder :-
copies of Delivery Challans
copies of packing list identifying contents of each
package
OEMs/ Distributors take almost 4 week to 5
weeks for delivery to SI hence we request the
Bank to keep only delivery 6-8 Weeks and
Provide 2 weeks for installation from the date of
delivery.
Please refer the corrigendum.
186 Page 39 20 Notwithstanding the provisions of the Contract and/or
the Bid Documents the Purchaser, by written notice sent
to the Bidder, may terminate the Contract, in whole or in
part, at any time for its convenience. The notice of
termination shall specify that termination is for
Purchaser’s convenience, the extent to which
performance of the Bidder under and in accordance with
the Contract is terminated, and the date upon which
such termination becomes effective.
20.2. The Systems those are complete and ready for
shipment within 7 (seven) days after the Bidder’s receipt
of notice of termination shall be accepted by Purchaser
at the Contract terms and prices.
We request the Bank to remove thetermination
for Convinience clause as any SI's Legal team will
not be able to execute the RFP internally.
Please refer Corrigendum.
The clause stands deleted.
187 112 12.2 The bidder must have experience in providing Enterprise
Storage Solution for at least past 2 years. Supplied
storage should have minimum 50 TB usable or 75 TB raw
space
Request Bank to consider The Bidder/OEM must
have experience in providing Enterprise Storage
Solution for at least past 2 years. Supplied
storage should have minimum 50 TB usable or
75 TB raw space.
No change in RFP terms.
Page 23 of 31
S.N RFP Page RFP Clause no Existing clause Details Clarification Sought Bank's response
Bank's response to prebid - queries.
Request for Proposal (RFP) For Procurement of SAN STORAGES at DC, DR & NDRRFP Ref :- IDBI /PCell / RFP/2015 -16/28 dated 15- March -2016
188 Page 21 Section-2, 5.5 After the expiry of warranty period, Bank will enter into
Annual Maintenance Contract (AMC) with the vendor or
OEM. In such a case, the vendor/OEM shall provide the
AMC services at a cost not exceeding 8% of the purchase
value of the items to be maintained for at least next 4
years (after expiry of warranty).
We request that instead of an annual
percentage for Warranty, we suggest that an
absolute value which can be added as part of
the TCO consideration for vendor selection.
No change in RFP terms.
189 Page 64 Section-4, 11 After the expiry of warranty period, Bank will enter into
Annual Maintenance Contract (AMC) with the vendor or
OEM. In such a case, the vendor/OEM shall provide the
AMC services at a cost not exceeding 8% of the purchase
value of the items to be maintained for at least next 4
years (after expiry of warranty).
We request that instead of an annual
percentage for Warranty, we suggest that an
absolute value which can be added as part of
the TCO consideration for vendor selection.
No change in RFP terms.
190 Page 60 Section-4, 2.4 Storage based synchronous replication of CBS database
from new proposed storage to IBM DS8870.
The performance expectation or SLAs cannot be
met if Bank wants to synchronously replicate
between a new storage and existing IBM
DS8870. In which case, the better option would
be for the Bank to procure three new Enterprise
Class storage systems i.e one each for DC, DR
and NDR and implement 3-Way Storage based
replication while re-purposing existing IBM
DS8870 for non-Core Banking applications.
Please refer the corrigendum.
191 Page 61 Section-4, 2.6 Storage based synchronous replication of CBS database
from new proposed storage to IBM DS8870.
The replication between Primary and DR is
Asynchronous. There will be always lag in the
data.
If Bank plans to create Synchronous replication
at DR locally between new proposed storage
and IBM DS8870 there will always lag on
account of Asynchronous replication being
implemented between Primary new Storage and
DR new Storage. This is the same outcome with
any storage you deploy.
Please refer the corrigendum.
192 Page 61 Section-4, 2.7 3-site storage based replication How will DR site updated in-case of Primary site
is down to breach lag between Primary and DR
Async lag?
To meet this requirement storage based
replication can support Delta between NDR and
DR.
Please refer the corrigendum.
193 Page 61 Section-4, 3.3 Defective equipment / software shall be replaced by the
vendor at his own cost, including the cost of transport, if
any.
While equipment is under warranty / support
contract with respective OEM
No change in RFP terms.
194 Page 63 Section-4, 3.8 Root Cause Analysis (RCA) faced for any issues should be
provided by OEM within 3 Business Days.
Root Cause Analysis (RCA) for issues identified in
storage array should be provided by OEM within
3 Business Days.
Please refer the corrigendum.
195 Page 64 Section-4, 7.1 Vendor must ensure successful migration of data from
old storage to new storage. Any data loss would attract
penalty of Rs. 10,00,000/- per host. Same will be
adjusted against the 15% Performance Bank Guarantee
(PBG) retained by the Bank
IDBI Bank / or its designated subsidiary, must
smoothly facilitate data migration methodology
proposed by the OEM only then may this clause
be considered governable. Please clarify basis of
such a stiff penalty of Rs. 10 Lakhs per host.
No change in RFP terms.
Migration activity should not
result in any Data loss for the
Bank.
196 112 Annexture II ,
Point No 2
The Original Equipment Manufacturer (OEM) can either
directly bid or bid through one of their Authorised
partners. In case of Authorised Partner, Manufacturer’s
Authorisation Letter should be submitted
Does this mean that One OEM can bid with One
Authorized partner only ?
Please refer the corrigendum.
Page 24 of 31
S.N RFP Page RFP Clause no Existing clause Details Clarification Sought Bank's response
Bank's response to prebid - queries.
Request for Proposal (RFP) For Procurement of SAN STORAGES at DC, DR & NDRRFP Ref :- IDBI /PCell / RFP/2015 -16/28 dated 15- March -2016
197 21 Section 5 ,
Point 5.5
After the expiry of warranty period, Bank will enter into
Annual Maintenance Contract (AMC) with the vendor or
OEM. In such a case, the vendor/OEM shall provide the
AMC services at a cost not exceeding 8% of the purchase
value of the items to be maintained for at least next 4
years (after expiry of warranty).
VENDOR means " BIDDER" in this para ? Vendor here refers to
successful bidder.
198 Page 8 3 (3.1) 3.1. The Bidder shall furnish as a part of its Bid, a Bid
Security of Rs. 20,00,000/- (Rupees Twenty Lakhs Only)
by way of demand draft or bankers cheque or pay order
in favor of ‘IDBI Bank Limited’ payable at Mumbai. This
Bid Security must accompany the technical bid.
We request Bank to Please consider EMD in the
form of BG, It will be helpful if the EMD-BG
amount will be reduced to 5 lakhs.
No change in RFP terms.
199 Page 28 25 (25.2) 25.2. The value of the Performance Bank Guarantee will
be 15 % of the total contract value.
15% PBG is too high, we request bank to please
change it to 10%
No change in RFP terms.
200 Page 28 25 (25.5) 25.5. The vendor would be required to submit a fresh
Performance Bank Guarantee (PBG) valid for a period of
54 months (4 year AMC +6 months claim period) from
the date of issue of PBG, within 10 days of the issue of
purchase Order for AMC. The value of this PBG would be
15% of the value of the AMC.
15% PBG is too high, we request bank to please
change it to 10%
No change in RFP terms.
201 Page 38 19 (19.1) deduct from the Contract price, as liquidated damages, a
sum equivalent to 0.5% per week or part thereof of the
value of P.O. subject to maximum deduction of 10% (ten
percent) of the P.O. value. In case of undue delay
beyond a period of 15 (fifteen) days unless otherwise
waived by the Purchaser, Purchaser at its discretion may
consider termination of the Contract
We request bank for max LD of 5% No change in RFP terms.
202 Page 35 11 (11.1) 11.1. Delivery and installation of the equipment shall be
made by the Bidder within 6 weeks from date of
Purchase Order (PO). The details of Documents including
other documents to be furnished by the Bidder are
specified hereunder:
We request bank to give delivery time of 8
weeks & Installation 4 weeks to total delivery
plus installation should be 12 weeks.
Please refer the corrigendum.
203 Page 15 10.3 10.3. 50% on delivery of Storage provided the
Performance Bank Guarantee is submitted.
We request not link BG with 50% payment on
delivery or otherwise, BG amount should also be
released over & above 50% payment.
Please refer the corrigendum.
204 Page 10 7.6 7.6. The bidder must have experience in providing
Enterprise Storage Solution for at least past 2 years.
Supplied storage should have minimum 50 TB usable or
75 TB raw space. At least one purchase order should
pertain to a period prior to January 2014 and at least one
purchase order should pertain to the period
commencing from January 2014.
Kindly consider dollar orders placed on Accel
Frontline singopre executed in India
No change in RFP terms.
205 Page 21 Section-2, 5.5 After the expiry of warranty period, Bank will enter into
Annual Maintenance Contract (AMC) with the vendor or
OEM. In such a case, the vendor/OEM shall provide the
AMC services at a cost not exceeding 8% of the purchase
value of the items to be maintained for at least next 4
years (after expiry of warranty).
We request that instead of an annual
percentage for Warranty, we suggest that an
absolute value which can be added as part of
the TCO consideration for vendor selection.
No change in RFP terms.
Page 25 of 31
S.N RFP Page RFP Clause no Existing clause Details Clarification Sought Bank's response
Bank's response to prebid - queries.
Request for Proposal (RFP) For Procurement of SAN STORAGES at DC, DR & NDRRFP Ref :- IDBI /PCell / RFP/2015 -16/28 dated 15- March -2016
206 Page 64 Section-4, 11 After the expiry of warranty period, Bank will enter into
Annual Maintenance Contract (AMC) with the vendor or
OEM. In such a case, the vendor/OEM shall provide the
AMC services at a cost not exceeding 8% of the purchase
value of the items to be maintained for at least next 4
years (after expiry of warranty).
We request that instead of an annual
percentage for Warranty, we suggest that an
absolute value which can be added as part of
the TCO consideration for vendor selection.
No change in RFP terms.
207 Page 60 Section-4, 2.4 Storage based synchronous replication of CBS database
from new proposed storage to IBM DS8870.
The performance expectation or SLAs cannot be
met if Bank wants to synchronously replicate
between a new storage and existing IBM
DS8870. In which case, the better option would
be for the Bank to procure three new Enterprise
Class storage systems i.e one each for DC, DR
and NDR and implement 3-Way Storage based
replication while re-purposing existing IBM
DS8870 for non-Core Banking applications.
Please refer the corrigendum.
208 Page 61 Section-4, 2.6 Storage based synchronous replication of CBS database
from new proposed storage to IBM DS8870.
The replication between Primary and DR is
Asynchronous. There will be always lag in the
data.
If Bank plans to create Synchronous replication
at DR locally between new proposed storage
and IBM DS8870 there will always lag on
account of Asynchronous replication being
implemented between Primary new Storage and
DR new Storage. This is the same outcome with
any storage you deploy.
Please refer the corrigendum.
209 Page 61 Section-4, 2.7 3-site storage based replication How will DR site updated in-case of Primary site
is down to breach lag between Primary and DR
Async lag?
To meet this requirement storage based
replication can support Delta between NDR and
DR.
Please refer the corrigendum.
210 Page 61 Section-4, 3.3 Defective equipment / software shall be replaced by the
vendor at his own cost, including the cost of transport, if
any.
While equipment is under warranty / support
contract with respective OEM
No change in RFP terms.
211 Page 63 Section-4, 3.8 Root Cause Analysis (RCA) faced for any issues should be
provided by OEM within 3 Business Days.
Root Cause Analysis (RCA) for issues identified in
storage array should be provided by OEM within
3 Business Days.
Please refer the corrigendum.
212 Page 64 Section-4, 7.1 Vendor must ensure successful migration of data from
old storage to new storage. Any data loss would attract
penalty of Rs. 10,00,000/- per host. Same will be
adjusted against the 15% Performance Bank Guarantee
(PBG) retained by the Bank
IDBI Bank / or its designated subsidiary, must
smoothly facilitate data migration methodology
proposed by the OEM only then may this clause
be considered governable. Please clarify basis of
such a stiff penalty of Rs. 10 Lakhs per host.
No change in RFP terms.
Migration activity should not
result in any Data loss for the
Bank.
213 60 2.4.iv Storage based synchronous replication of CBS database
from new proposed storage to IBM DS8870
In this Case Only IBM can provide Syncronous
replication from New storage to IBM DS8870.
This will make it vendor specific RFP. Allow to
USe Host Based Replication Tools to do
replication via hosts.
Please refer the corrigendum.
214 61 2.6.iv Storage based synchronous replication of CBS database
from new proposed storage to IBM DS8870
Since existing DS8870 would have a usable
capacity of only 18TB, can the same be replaced
with an alternate array of equivalent capacity
and performance that supports sycronour
replication with new proposed array?
Please refer the corrigendum.
Page 26 of 31
S.N RFP Page RFP Clause no Existing clause Details Clarification Sought Bank's response
Bank's response to prebid - queries.
Request for Proposal (RFP) For Procurement of SAN STORAGES at DC, DR & NDRRFP Ref :- IDBI /PCell / RFP/2015 -16/28 dated 15- March -2016
215 98,104 Section 6,
2.1.4. and
2.2.4
All Drive type such as Flash Storage Device/SAS
HDD/NLSAS HDD must be supported, with industry
standard RAID support such as RAID5, RAID10, RAID6.
Can an alternate RAID technology providing
support for single disk failure, dual disk failure
and mirroring be proposed ?
No change in RFP terms.
216 98 Section 6,
2.1.5.
For CBS Prod - Usable capacity - 30 TB for DB, 5 TB for
APP, 20 TB for ATM/CSIS on Flash Storage Device + SAS
HDD with block size of 8K, Read/Write Ratio 70:30,
Average Read/Write Response Time <= 1 ms in 24 hours,
200000 IOPS, Flash Storage Devices to be configured in
RAID6 & SAS HDDs to be configured in RAID10. For Non-
CBS - Usable capacity - 195 TB on Flash Storage Device +
SAS HDD with block size of 8K, Read/Write Ratio 60:40,
Average Read/Write Response Time <= 2 ms in 24 hours,
150000 IOPS, Flash Storage Devices and SAS HDDs to be
configured in RAID6.
Can OEM propose, an all Flash Solution for
entire capacity on RAID 6, which would be
recommended to meet the performance
requirements of submillisecond latency
specified in the RFP?
No change in RFP terms. Bank
has specified minimum 20% of
configured usable capacity to
be from Flash Storage Device.
Bidder may provide 100%
capacity on Flash Storage
Device.
217 104 Section 6,
2.2.5
For CBS - Usable capacity - 30 TB for DB on Flash Storage
Device + SAS HDD with block size of 8K,
Read/Write Ratio 70:30, Average Read/Write Response
Time <= 1 ms in 24 hours, 35000 IOPS, Flash Storage
Devices to be configured in RAID6 & SAS HDDs to be
configured in RAID10.
For Non-CBS - Usable capacity - 30 TB on Flash Storage
Device + SAS HDD with block size of 8K, Read/Write Ratio
70:30, Average Read/Write Response Time <= 2 ms in 24
hours, 35000 IOPS, Flash Storage Devices and SAS HDDs
to be configured in RAID6.b
Same as above No change in RFP terms. Bank
has specified minimum 20% of
configured usable capacity to
be from Flash Storage Device.
Bidder may provide 100%
capacity on Flash Storage
Device.
218 100 Section 6.2.12 The storage must support automated movement of data
between different tiers of different disks and RAID types.
Provide all the necessary licenses for entire offered
capacity of automated storage tiering.
Would tiring be required in real time or on
periodic basis over 24 hour window
No change in RFP terms.
219 98 Specification
of SAN
Storages for
DC & DR
Read/Write Ratio, RAID, Response Time & IOPS - Flash
Storage Devices to be configured in RAID6
Flash Storage Devices to be configured in RAID5
or RAID6
No change in RFP terms.
220 98 Specification
of SAN
Storages for
DC & DR
Back End Connectivity -All the storage drives and
backend connectivity must be based on minimum 6
Gbps SAS
The storage must have equal number of
frontend and backend ports, 32 Backend must
be configured in the storage system
No change in RFP terms. The
vendor to configure the
backend port according to the
performance requirement
mentioned in the RFP.
221 10 Eligibility Criteria -7.6The bidder must have experience in providing Enterprise
Storage Solution for at least past 2 years. Supplied
storage should have minimum 50 TB usable or 75 TB raw
space. At least one purchase order should pertain to a
period prior to January 2014 and at least one purchase
order should pertain to the period commencing from
January 2014
(a)Bidder/ OEM should have deployed proposed
storage boxes in atleast 3 BFSI customer in India
in last 3 years
(b)The proposed storage must be used for
running 3 way DR zero data loss solution and
must have at least three implementation of core
banking (Preferably Finacle) in a public /
scheduled commercial bank currently running
in India.
Please refer the corrigendum
222 10 Eligibility Criteria -7.6The proposed enterprise storage of the OEM must be in
the latest Gartner’s report on “Critical Capabilities for
General-Purpose, High-End Storage Arrays”. (Copy of the
relevant report to be furnished).
Proposed OEM should be from Leaders position
from Gartner’s Quadrant for General-purpose
Disk Array dated October 2015 . ID:G00272355
Please refer the corrigendum.
Page 27 of 31
S.N RFP Page RFP Clause no Existing clause Details Clarification Sought Bank's response
Bank's response to prebid - queries.
Request for Proposal (RFP) For Procurement of SAN STORAGES at DC, DR & NDRRFP Ref :- IDBI /PCell / RFP/2015 -16/28 dated 15- March -2016
223 60 DC
Requirement
Storage based synchronous replication of CBS database
from new proposed storage to IBM DS8870.
Storage based synchronous copy/mirroring of
CBS database from new proposed storage to
IBM DS8870 to create an active real time copy
Please refer the corrigendum.
224 The solution must be used for running finacle
core banking solution and must have at least
three implementation of Finacle core banking in
a public / scheduled commercial bank currently
running in India.
Please refer the corrigendum.
225 99 Scalability Controller Upgrade The enterprise storage system must have a scale-
out architecture and must scale to minimum 8
controllers
No change in RFP terms.
226 Cach Upgrade SSD Drives cannot be more than 1600GB No change in RFP terms.
227 33 Intellectual Property Rights and Patent Rights -
Ownership of pre-existing IPRs.
Please refer para 7.1 on page
33 of the RFP
228 33 Indemnity To make the contract reasonable and
commercially viable as per standard practice
observed within the industry, we request that
the clarity be provided in the agreement that
Indemnity shall only be restricted to third party
claim for (i) IPR Infringement indemnity ii) bodily
injury and death and tangible property damage
due to gross negligence and willful misconduct
(iii) confidentiality claims. The process of
indemnification shall provide the requirement
of notice, right to defend and settle, and the
concept of apportionment (liable only to the
extent of its claim) and mitigation
Please refer para 7 and 8 on
page 89 of the RFP.
229 45 Purchaser’s Right of Inspection and Periodic Audit Bidder agrees with the inspection provision,
however, Bidder would like IDBI (or its
authorized third party auditor) to observe
certain security and confidentiality obligations
applicable to Bidder and it’s premises (in case
audit is done at Bidder’s premises). Please
confirm whether IDBI is in agreement with the
foregoing requirement.
The same would be discussed
with successful bidder.
230 52 Termination for Default In the event Bidder is able to cure the breach,
IDBI shall not terminate the contract. Also,
termination for default shall only be invoked in
case of material breach of the contract. Please
clarify that 30 days period provided is a cure
period and not just a prior notice.
No Change in RFP terms.
231 52 Termination for Convenience Bidder request IDBI to provide at least 90 days
prior written notice for any termination for
convenience, which shall be subject to payment
of mutually agreed termination fee and
deployment charges incurred by the Bidder. The
Bidder wants to make the right to terminate
mutual.
No Change in RFP terms.
Page 28 of 31
S.N RFP Page RFP Clause no Existing clause Details Clarification Sought Bank's response
Bank's response to prebid - queries.
Request for Proposal (RFP) For Procurement of SAN STORAGES at DC, DR & NDRRFP Ref :- IDBI /PCell / RFP/2015 -16/28 dated 15- March -2016
232 56 Limitation of Liability Bidder request that that Limitation of Liability
section shall read as follows:
“Notwithstanding anything contained in the
RFP, If the Bidder fails to complete the entire
contract before the scheduled completion date
or the extended date or if Bidder repudiates the
Contract before completion of the Services, the
Bank may be entitled to damages from Bidder.
Bidder’s aggregate liability under such
circumstances under this contract, in any event
regardless of nature of claim under contract,
torts and other theory shall be subject to an
overall limit of 100% of the Total Contract value.
Neither Bank nor the Vendor shall in any event
be liable for indirect and consequential loss and
damages including but not limited to loss of
business, anticipated revenue, loss of profit etc.
No Change in RFP terms.
233 8 3.1. The Bidder shall furnish as a part of its Bid, a Bid
Security of Rs. 20,00,000/- (Rupees Twenty Lakhs Only)
by way of demand draft or bankers cheque or pay order
in favor of ‘IDBI Bank Limited’ payable at Mumbai. This
Bid Security must accompany the technical bid.
We request that bid security be accepted in
form of BG.
No Change in RFP terms.
234 11 8.2. The Bidder shall submit their offers strictly in
accordance with the terms and conditions of the Bid
Document. Any Bid, which stipulates conditions contrary
to the terms and conditions given in the Bid Document,
is liable for rejection. Any decision of IDBI Bank Ltd in
this regard shall be final, conclusive and binding on the
Vendor.
We request the bank to allow deviations in case
they are absolutely required for non key clauses
of RFP for more clarity
No change in RFP terms.
235 Effect of termination We further request that in the event of
termination for any reason bidder shall be paid
for all the goods and services delivered till
effective date of termination.
Refer page 52 of the RFP.
The payments will be made for
all services rendered up to the
date the termination becomes
effective, at the contracted
terms and prices.
236 41 24. Taxes and duties:
Bidder will be entirely responsible for all applicable
taxes, duties, levies, imposts, costs, charges, license fees,
road permits etc., in connection with delivery of
equipment at site including incidental services and
commissioning. Payment of Octroi /entry tax, if
applicable, will be made at actual, on production of
suitable evidence of payment by the Bidder.
We request that taxes quoted by the bidder
shall be at the rate applicable on the date of
submission of commercial proposal. Any change
in rate of taxes after that and new taxes shall be
on bank's account
No change in RFP terms.
Prices quoted should be
exclusive of Sales tax/ VAT/
Service tax , as applicable.
237 35 11.1. Delivery and installation of the equipment shall be
made by the Bidder within 6 weeks from date of
Purchase Order (PO). The details of Documents including
other documents to be furnished by the Bidder are
specified hereunder:
We request that bidder be given 12 weeks from
date of PO to complete delivery and installation
as per the PO terms.
Please refer the corrigendum.
Page 29 of 31
S.N RFP Page RFP Clause no Existing clause Details Clarification Sought Bank's response
Bank's response to prebid - queries.
Request for Proposal (RFP) For Procurement of SAN STORAGES at DC, DR & NDRRFP Ref :- IDBI /PCell / RFP/2015 -16/28 dated 15- March -2016
238 15 10.2. Payments will not be released for any part-
shipment or short-shipments.
10.3. 50% on delivery of Storage provided the
Performance Bank Guarantee is submitted.
10.4. 35% after installation, commissioning and the
acceptance of all the systems by the Bank and after
signing the Agreement with the Bank.
10.5. Balance 15% will be paid after ensuring that the
bidder has complied with all the Terms of the RFP.
Since the bidder will be submitting PBG as per
contract requirement under clause 25.1 we
request the bank to consider following payment
terms:
10.3. 70% on delivery of Storage
10.4. 30% after installation, commissioning and
the acceptance of all the systems by the Bank
and after signing the Agreement with the Bank.
Please refer the corrigendum.
239 New clause Site not ready We request the bank to include a new clause
that in case the site is not ready for installation
and commissioning within 4 weeks of delivery
bank will give deemed acceptance for the
products delivered and release the payment for
the same. The bidder shall complete the
installation and commissioning as per bank's
instruction on a later date when the site is
ready.
The storages have to be
delivered and deployed at the
sites which are already ready.
240 38 16.7. If there is a difference of opinion between the
Bidder and Purchaser whether a particular work or part
of the work constitutes a change order or not, the
decision of the Purchaser shall be final, conclusive and
binding on the Bidder.
We request that any such change requests
should be mutually agreed between the parties
No change in RFP terms.
241 39 19.3. The Purchaser may without prejudice to its right to
effect recovery by any other method, deduct the amount
of liquidated damages from any money belonging to the
Bidder in its hands (which includes the Purchaser’s right
to claim such amount against Bidder’s Bank Guarantee)
or which may become due to the Bidder.
We request that any recovery towards LDs and
penalties is deducted or recovered from the due
under this contract only
Any recovery towards LDs and
penalties will be deducted or
recovered from the dues (
EMD/ PBG etc) under this
contract only
242 62 Penalties 3.7 breakdown / malfunctioning of hardware, hardware
components, accessories, system software etc
We request that penalty under this clause is
capped at 5% of total contract value for the
products
No change in RFP terms.
243 64 Penalties 6.1. At the end of every year, performance of the vendor
would be evaluated based on the total accumulated
downtime occurred during the year. For the purpose of
such evaluation, annual cumulative downtime beyond
0.001% (i.e. downtime beyond 5.26 minutes) for storage
would attract a penalty of 1% of the procurement cost of
the storage, for each and every instance of downtime,
subject to a maximum annual penalty of 5% of the
procurement cost of the storage.
We request that penalty under this clause is
charged 1% of the warranty cost of the product
for each and every instance of downtime,
subject to a maximum annual penalty of 5% of
the cost of warranty.
Please refer Corrigendum
244 64 Penalties 7.1. Vendor must ensure successful migration of data
from old storage to new storage. Any data loss would
attract penalty of Rs. 10,00,000/- per host. Same will be
adjusted against the 15% Performance Bank Guarantee
(PBG) retained by the Bank
We request that penalty under this clause is
capped at 2% of total contract value for the
products
No change in RFP terms.
245 64 ONSITE ENGINEER Onsite Engineers require for 24x7x365 or any
specific service window
Please refer the corrigendum.
246 65 The vendor will provide proper administration training
to 5 persons on proposed storage.
Please confirm the training require from OEM or
from implementer and team count for
Operation engineers and Bank Staff.
Please refer the corrigendum.
247 63 In case of any breakdown / malfunctioning of hardware,
hardware components, accessories, system software
etc., the relevant defect should be resolved as per detail
given below:
Provision for Penalty Cap for Resoulation from 4
Hrs to 12 Hrs
No change in RFP terms.
Page 30 of 31
S.N RFP Page RFP Clause no Existing clause Details Clarification Sought Bank's response
Bank's response to prebid - queries.
Request for Proposal (RFP) For Procurement of SAN STORAGES at DC, DR & NDRRFP Ref :- IDBI /PCell / RFP/2015 -16/28 dated 15- March -2016
248 63 Firmware/Microcode/System Software upgrades Provision for Penalty Cap No change in RFP terms.
249 63 During warranty, the successful Bidder will ensure the
regular maintenance support
Any specific frequency for maintenance Please refer the corrigendum.
Date :- 6-Apr-2016
Place :- Mumbai
Page 31 of 31