Sales : +91-777 804 8217
| Sl. No. | Item Description |
| 1 | Selection Of Managed Security Service Provider To Build Operate And Manage Security Operation Center For Indian Railways (Irsoc) |
| 2 | Patch Management (As per Technical Specification given in Annexure-III of Tender Document Part-II) for 50K IPs for 3 Years |
| 3 | End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K Devices/End Points 3 Years |
| 4 | Network Detection and Response (As per Technical Specification given in Annexure-III, Tender Document Part-II) of 10Gbps for 3 Years |
| 5 | Vulnerability Management (As per Technical Specification given in Annexure-III, of Tender Document Part-II) for 20K IPs for 3 Years |
| 6 | Threat Intelligence Feed (As per Technical Specification given in Annexure-III of Tender Document Part-II) for 1st Years |
| 7 | Threat Intelligence Feed (As per Technical Specification given in Annexure-III of Tender Document Part-II) for 2nd year |
| 8 | Threat Intelligence Feed (As per Technical Specification given in Annexure-III of Tender Document Part-II) for 3rd years |
| 9 | Threat Intelligence Platform (As per Technical Specification given in Annexure-III of Tender Document Part-II) for 3 Years |
| 10 | Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III ofTender Document Part-II) for 1st Year |
| 11 | Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III ofTender Document Part-II) for 2nd Year |
| 12 | Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III ofTender Document Part-II) for 3rd Year |
| 13 | Asset discovery and Ticketing Solution (As per Technical Specification given in Annexure-III of Tender Document Part-II ) of 1.75 Lakhs Assets for 3 Years |
| 14 | Desktop for Sub-SOC and Central SOC for All Human Resource Provided by bidder as Per Specification provided in Tender Document Part-II. |
| 15 | Supply of Furniture/Table/Chair for Central SOC and Sub-SOC including Video Wall and Other Accessories for setting up Central SOC and Sub-SOC |
| 16 | Forensic Analyst Services as per Requirement |
| 17 | Network Security Devices (Firewall, Router for CRIS Primary and DR-DC and Layer-3 Switches for each Sub SOC etc) |
| 18 | Incremental Cost for EPS Licenses Sustainable (1 Unit =10000 EPS licenses) |
| 19 | Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) Devices/Endpoints/Servers etc. |
| 20 | Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) Devices/Endpoints/Servers et |
| 21 | Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) |
| 22 | Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work. |
| 23 | Implementation of IRSOC and Training to IR/CRIS Officials |
| 24 | SOC Continious Improvement |
| 25 | HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work,Solution Architecture etc in Tender Document Part-II |
| 26 | Human Resource for Central SOC and Sub-SOC as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-II |
| 27 | SOAR (As per Technical Specification given in Annexure-III, S1 & S2 of Tender Document Part-II) for 3 Years |
| 28 | Incremental Cost for Vulnerability Management for Every additional 2000 IPs |
| 29 | UEBA (As per Technical Specification given in Annexure-III,) 1K Users for 3 Years |
| 30 | SIEM (As per Technical Specification given in Annexure-III,) 50K EPS for 3 Years |
| 31 | ATS/Subscription of SIEM (As per Technical Specification given in Annexure-III,) 50K EPS for 4th and 5th YearWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 202 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III) for 4th and 5th YearWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 203 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription of UEBA (As per Technical Specification given in Annexure-III ) for 1K Users for 4th and 5th YearWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 204 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription of End Point Protection (Next Gen AV and EDR) for 50K End Points (As per Technical Specification given in Annexure-III) for 4th and 5th YearWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 205 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription of Network Detection and Response (As per Technical Specification given in Annexure-III)or 10 Gbps for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 206 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription of Vulnerability Management (As per Technical Specification given in Annexure-III) for 20K IPs for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 207 AMC (Y) Non Stock --- Yes CONSIGNEE INR Page 4 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS/Subscription of Patch Management (As per Technical Specification given in Annexure-III) for 50K IPs for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 208 AMC (Y) Non Stock --- Yes CONSIGNEE INR Threat Intelligence Feed (As per Technical Specification given in Annexure-III) for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 209 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III) for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 210 AMC (Y) Non Stock --- Yes CONSIGNEE INR Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III) for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 211 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription of Asset discovery and ITSM Solution (As per Technical Specification given in Annexur-III ) for 1.75 Lakhs Assets for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 212 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) Max Up to 90000 EPS. for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 213 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000EPP licenses) Max Up to 160000 Devices/End Points/Servers etc.for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 214 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) Max Up to 160000 Devices/End Points/Servers etc for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 215 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) Max Up to 10000 Users etc for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 216 AMC (Y) Non Stock --- Yes CONSIGNEE INR Forensic Analyst Services(150 Hrs Each Year) as per Requirement for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %Page 5 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 150.00 Hour17 217 AMC (Y) Non Stock --- Yes CONSIGNEE INR AMC Cost of Network Security Devices (Firewall, Router for CRIS Primary and DR-DC and Layer-3 Switches for each Sub SOC etc) for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 218 AMC (Y) Non Stock --- Yes CONSIGNEE INR AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 219 AMC (Y) Non Stock --- Yes CONSIGNEE INR SOC Continuous Improvement for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 220 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription of Incremental Cost of Vulnerability Management 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 221 AMC (Y) Non Stock --- Yes CONSIGNEE INR Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 222 AMC (Y) Non Stock --- Yes CONSIGNEE INR Human Resource for Central SOC and Sub-SOC for 4th and 5th Years as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 223 AMC (Y) Non Stock --- Yes CONSIGNEE INR Annual Training to IR/CRIS Official 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 224 AMC (Y) Non Stock --- Yes CONSIGNEE INR AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 400-Price of ATS/AMC Subscription for 6th Year (Optional Item)1 401 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 402 Service Non Stock --- No CONSIGNEE INR (Y)Page 6 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 403 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 404 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K devices/End Points for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 405 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 406 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 407 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K Ips for for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 408 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 409 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 410 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 411 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 6th YearsPage 7 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 412 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) (for 6th Year)At (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 413 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 414 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 415 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 416 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 6th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 417 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network & Security Devices for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 418 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 419 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 420 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 6th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 421 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 8 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3022 422 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 6th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 423 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 424 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 500-Price of ATS/AMC Subscription for 7th Year(Optional Item)1 501 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III ofTender Document Part-II) of 50 K EPS for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 502 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 503 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 504 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K Devices/End Points for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 505 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 506 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 507 Service Non Stock --- No CONSIGNEE INR (Y)Page 9 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K IPs for for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 508 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 509 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 510 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 511 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 512 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 32 | ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III) for 4th and 5th YearWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 203 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription of UEBA (As per Technical Specification given in Annexure-III ) for 1K Users for 4th and 5th YearWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 204 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription of End Point Protection (Next Gen AV and EDR) for 50K End Points (As per Technical Specification given in Annexure-III) for 4th and 5th YearWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 205 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription of Network Detection and Response (As per Technical Specification given in Annexure-III)or 10 Gbps for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 206 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription of Vulnerability Management (As per Technical Specification given in Annexure-III) for 20K IPs for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 207 AMC (Y) Non Stock --- Yes CONSIGNEE INR Page 4 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS/Subscription of Patch Management (As per Technical Specification given in Annexure-III) for 50K IPs for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 208 AMC (Y) Non Stock --- Yes CONSIGNEE INR Threat Intelligence Feed (As per Technical Specification given in Annexure-III) for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 209 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III) for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 210 AMC (Y) Non Stock --- Yes CONSIGNEE INR Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III) for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 211 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription of Asset discovery and ITSM Solution (As per Technical Specification given in Annexur-III ) for 1.75 Lakhs Assets for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 212 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) Max Up to 90000 EPS. for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 213 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000EPP licenses) Max Up to 160000 Devices/End Points/Servers etc.for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 214 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) Max Up to 160000 Devices/End Points/Servers etc for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 215 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) Max Up to 10000 Users etc for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 216 AMC (Y) Non Stock --- Yes CONSIGNEE INR Forensic Analyst Services(150 Hrs Each Year) as per Requirement for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %Page 5 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 150.00 Hour17 217 AMC (Y) Non Stock --- Yes CONSIGNEE INR AMC Cost of Network Security Devices (Firewall, Router for CRIS Primary and DR-DC and Layer-3 Switches for each Sub SOC etc) for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 218 AMC (Y) Non Stock --- Yes CONSIGNEE INR AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 219 AMC (Y) Non Stock --- Yes CONSIGNEE INR SOC Continuous Improvement for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 220 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription of Incremental Cost of Vulnerability Management 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 221 AMC (Y) Non Stock --- Yes CONSIGNEE INR Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 222 AMC (Y) Non Stock --- Yes CONSIGNEE INR Human Resource for Central SOC and Sub-SOC for 4th and 5th Years as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 223 AMC (Y) Non Stock --- Yes CONSIGNEE INR Annual Training to IR/CRIS Official 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 224 AMC (Y) Non Stock --- Yes CONSIGNEE INR AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 400-Price of ATS/AMC Subscription for 6th Year (Optional Item)1 401 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 402 Service Non Stock --- No CONSIGNEE INR (Y)Page 6 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 403 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 404 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K devices/End Points for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 405 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 406 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 407 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K Ips for for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 408 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 409 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 410 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 411 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 6th YearsPage 7 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 412 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) (for 6th Year)At (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 413 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 414 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 415 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 416 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 6th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 417 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network & Security Devices for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 418 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 419 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 420 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 6th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 421 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 8 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3022 422 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 6th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 423 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 424 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 500-Price of ATS/AMC Subscription for 7th Year(Optional Item)1 501 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III ofTender Document Part-II) of 50 K EPS for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 502 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 503 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 504 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K Devices/End Points for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 505 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 506 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 507 Service Non Stock --- No CONSIGNEE INR (Y)Page 9 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K IPs for for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 508 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 509 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 510 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 511 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 512 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 33 | ATS/Subscription of UEBA (As per Technical Specification given in Annexure-III ) for 1K Users for 4th and 5th YearWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 204 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription of End Point Protection (Next Gen AV and EDR) for 50K End Points (As per Technical Specification given in Annexure-III) for 4th and 5th YearWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 205 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription of Network Detection and Response (As per Technical Specification given in Annexure-III)or 10 Gbps for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 206 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription of Vulnerability Management (As per Technical Specification given in Annexure-III) for 20K IPs for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 207 AMC (Y) Non Stock --- Yes CONSIGNEE INR Page 4 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS/Subscription of Patch Management (As per Technical Specification given in Annexure-III) for 50K IPs for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 208 AMC (Y) Non Stock --- Yes CONSIGNEE INR Threat Intelligence Feed (As per Technical Specification given in Annexure-III) for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 209 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III) for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 210 AMC (Y) Non Stock --- Yes CONSIGNEE INR Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III) for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 211 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription of Asset discovery and ITSM Solution (As per Technical Specification given in Annexur-III ) for 1.75 Lakhs Assets for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 212 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) Max Up to 90000 EPS. for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 213 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000EPP licenses) Max Up to 160000 Devices/End Points/Servers etc.for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 214 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) Max Up to 160000 Devices/End Points/Servers etc for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 215 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) Max Up to 10000 Users etc for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 216 AMC (Y) Non Stock --- Yes CONSIGNEE INR Forensic Analyst Services(150 Hrs Each Year) as per Requirement for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %Page 5 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 150.00 Hour17 217 AMC (Y) Non Stock --- Yes CONSIGNEE INR AMC Cost of Network Security Devices (Firewall, Router for CRIS Primary and DR-DC and Layer-3 Switches for each Sub SOC etc) for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 218 AMC (Y) Non Stock --- Yes CONSIGNEE INR AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 219 AMC (Y) Non Stock --- Yes CONSIGNEE INR SOC Continuous Improvement for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 220 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription of Incremental Cost of Vulnerability Management 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 221 AMC (Y) Non Stock --- Yes CONSIGNEE INR Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 222 AMC (Y) Non Stock --- Yes CONSIGNEE INR Human Resource for Central SOC and Sub-SOC for 4th and 5th Years as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 223 AMC (Y) Non Stock --- Yes CONSIGNEE INR Annual Training to IR/CRIS Official 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 224 AMC (Y) Non Stock --- Yes CONSIGNEE INR AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 400-Price of ATS/AMC Subscription for 6th Year (Optional Item)1 401 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 402 Service Non Stock --- No CONSIGNEE INR (Y)Page 6 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 403 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 404 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K devices/End Points for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 405 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 406 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 407 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K Ips for for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 408 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 409 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 410 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 411 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 6th YearsPage 7 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 412 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) (for 6th Year)At (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 413 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 414 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 415 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 416 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 6th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 417 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network & Security Devices for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 418 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 419 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 420 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 6th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 421 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 8 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3022 422 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 6th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 423 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 424 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 500-Price of ATS/AMC Subscription for 7th Year(Optional Item)1 501 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III ofTender Document Part-II) of 50 K EPS for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 502 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 503 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 504 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K Devices/End Points for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 505 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 506 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 507 Service Non Stock --- No CONSIGNEE INR (Y)Page 9 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K IPs for for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 508 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 509 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 510 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 511 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 512 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 34 | ATS/Subscription of End Point Protection (Next Gen AV and EDR) for 50K End Points (As per Technical Specification given in Annexure-III) for 4th and 5th YearWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 205 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription of Network Detection and Response (As per Technical Specification given in Annexure-III)or 10 Gbps for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 206 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription of Vulnerability Management (As per Technical Specification given in Annexure-III) for 20K IPs for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 207 AMC (Y) Non Stock --- Yes CONSIGNEE INR Page 4 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS/Subscription of Patch Management (As per Technical Specification given in Annexure-III) for 50K IPs for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 208 AMC (Y) Non Stock --- Yes CONSIGNEE INR Threat Intelligence Feed (As per Technical Specification given in Annexure-III) for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 209 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III) for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 210 AMC (Y) Non Stock --- Yes CONSIGNEE INR Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III) for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 211 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription of Asset discovery and ITSM Solution (As per Technical Specification given in Annexur-III ) for 1.75 Lakhs Assets for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 212 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) Max Up to 90000 EPS. for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 213 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000EPP licenses) Max Up to 160000 Devices/End Points/Servers etc.for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 214 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) Max Up to 160000 Devices/End Points/Servers etc for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 215 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) Max Up to 10000 Users etc for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 216 AMC (Y) Non Stock --- Yes CONSIGNEE INR Forensic Analyst Services(150 Hrs Each Year) as per Requirement for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %Page 5 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 150.00 Hour17 217 AMC (Y) Non Stock --- Yes CONSIGNEE INR AMC Cost of Network Security Devices (Firewall, Router for CRIS Primary and DR-DC and Layer-3 Switches for each Sub SOC etc) for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 218 AMC (Y) Non Stock --- Yes CONSIGNEE INR AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 219 AMC (Y) Non Stock --- Yes CONSIGNEE INR SOC Continuous Improvement for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 220 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription of Incremental Cost of Vulnerability Management 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 221 AMC (Y) Non Stock --- Yes CONSIGNEE INR Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 222 AMC (Y) Non Stock --- Yes CONSIGNEE INR Human Resource for Central SOC and Sub-SOC for 4th and 5th Years as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 223 AMC (Y) Non Stock --- Yes CONSIGNEE INR Annual Training to IR/CRIS Official 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 224 AMC (Y) Non Stock --- Yes CONSIGNEE INR AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 400-Price of ATS/AMC Subscription for 6th Year (Optional Item)1 401 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 402 Service Non Stock --- No CONSIGNEE INR (Y)Page 6 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 403 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 404 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K devices/End Points for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 405 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 406 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 407 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K Ips for for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 408 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 409 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 410 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 411 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 6th YearsPage 7 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 412 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) (for 6th Year)At (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 413 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 414 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 415 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 416 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 6th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 417 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network & Security Devices for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 418 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 419 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 420 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 6th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 421 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 8 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3022 422 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 6th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 423 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 424 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 500-Price of ATS/AMC Subscription for 7th Year(Optional Item)1 501 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III ofTender Document Part-II) of 50 K EPS for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 502 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 503 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 504 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K Devices/End Points for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 505 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 506 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 507 Service Non Stock --- No CONSIGNEE INR (Y)Page 9 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K IPs for for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 508 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 509 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 510 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 511 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 512 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 35 | ATS/Subscription of Network Detection and Response (As per Technical Specification given in Annexure-III)or 10 Gbps for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 206 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription of Vulnerability Management (As per Technical Specification given in Annexure-III) for 20K IPs for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 207 AMC (Y) Non Stock --- Yes CONSIGNEE INR Page 4 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS/Subscription of Patch Management (As per Technical Specification given in Annexure-III) for 50K IPs for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 208 AMC (Y) Non Stock --- Yes CONSIGNEE INR Threat Intelligence Feed (As per Technical Specification given in Annexure-III) for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 209 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III) for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 210 AMC (Y) Non Stock --- Yes CONSIGNEE INR Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III) for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 211 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription of Asset discovery and ITSM Solution (As per Technical Specification given in Annexur-III ) for 1.75 Lakhs Assets for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 212 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) Max Up to 90000 EPS. for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 213 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000EPP licenses) Max Up to 160000 Devices/End Points/Servers etc.for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 214 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) Max Up to 160000 Devices/End Points/Servers etc for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 215 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) Max Up to 10000 Users etc for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 216 AMC (Y) Non Stock --- Yes CONSIGNEE INR Forensic Analyst Services(150 Hrs Each Year) as per Requirement for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %Page 5 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 150.00 Hour17 217 AMC (Y) Non Stock --- Yes CONSIGNEE INR AMC Cost of Network Security Devices (Firewall, Router for CRIS Primary and DR-DC and Layer-3 Switches for each Sub SOC etc) for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 218 AMC (Y) Non Stock --- Yes CONSIGNEE INR AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 219 AMC (Y) Non Stock --- Yes CONSIGNEE INR SOC Continuous Improvement for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 220 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription of Incremental Cost of Vulnerability Management 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 221 AMC (Y) Non Stock --- Yes CONSIGNEE INR Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 222 AMC (Y) Non Stock --- Yes CONSIGNEE INR Human Resource for Central SOC and Sub-SOC for 4th and 5th Years as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 223 AMC (Y) Non Stock --- Yes CONSIGNEE INR Annual Training to IR/CRIS Official 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 224 AMC (Y) Non Stock --- Yes CONSIGNEE INR AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 400-Price of ATS/AMC Subscription for 6th Year (Optional Item)1 401 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 402 Service Non Stock --- No CONSIGNEE INR (Y)Page 6 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 403 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 404 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K devices/End Points for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 405 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 406 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 407 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K Ips for for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 408 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 409 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 410 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 411 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 6th YearsPage 7 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 412 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) (for 6th Year)At (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 413 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 414 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 415 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 416 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 6th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 417 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network & Security Devices for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 418 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 419 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 420 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 6th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 421 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 8 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3022 422 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 6th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 423 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 424 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 500-Price of ATS/AMC Subscription for 7th Year(Optional Item)1 501 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III ofTender Document Part-II) of 50 K EPS for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 502 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 503 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 504 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K Devices/End Points for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 505 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 506 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 507 Service Non Stock --- No CONSIGNEE INR (Y)Page 9 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K IPs for for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 508 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 509 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 510 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 511 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 512 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 36 | ATS/Subscription of Vulnerability Management (As per Technical Specification given in Annexure-III) for 20K IPs for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 207 AMC (Y) Non Stock --- Yes CONSIGNEE INR Page 4 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRIS |
| 37 | ATS/Subscription of Patch Management (As per Technical Specification given in Annexure-III) for 50K IPs for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 208 AMC (Y) Non Stock --- Yes CONSIGNEE INR Threat Intelligence Feed (As per Technical Specification given in Annexure-III) for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 209 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III) for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 210 AMC (Y) Non Stock --- Yes CONSIGNEE INR Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III) for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 211 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription of Asset discovery and ITSM Solution (As per Technical Specification given in Annexur-III ) for 1.75 Lakhs Assets for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 212 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) Max Up to 90000 EPS. for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 213 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000EPP licenses) Max Up to 160000 Devices/End Points/Servers etc.for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 214 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) Max Up to 160000 Devices/End Points/Servers etc for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 215 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) Max Up to 10000 Users etc for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 216 AMC (Y) Non Stock --- Yes CONSIGNEE INR Forensic Analyst Services(150 Hrs Each Year) as per Requirement for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %Page 5 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 150.00 Hour17 217 AMC (Y) Non Stock --- Yes CONSIGNEE INR AMC Cost of Network Security Devices (Firewall, Router for CRIS Primary and DR-DC and Layer-3 Switches for each Sub SOC etc) for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 218 AMC (Y) Non Stock --- Yes CONSIGNEE INR AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 219 AMC (Y) Non Stock --- Yes CONSIGNEE INR SOC Continuous Improvement for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 220 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription of Incremental Cost of Vulnerability Management 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 221 AMC (Y) Non Stock --- Yes CONSIGNEE INR Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 222 AMC (Y) Non Stock --- Yes CONSIGNEE INR Human Resource for Central SOC and Sub-SOC for 4th and 5th Years as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 223 AMC (Y) Non Stock --- Yes CONSIGNEE INR Annual Training to IR/CRIS Official 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 224 AMC (Y) Non Stock --- Yes CONSIGNEE INR AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 400-Price of ATS/AMC Subscription for 6th Year (Optional Item)1 401 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 402 Service Non Stock --- No CONSIGNEE INR (Y)Page 6 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 403 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 404 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K devices/End Points for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 405 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 406 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 407 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K Ips for for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 408 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 409 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 410 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 411 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 6th YearsPage 7 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 412 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) (for 6th Year)At (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 413 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 414 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 415 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 416 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 6th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 417 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network & Security Devices for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 418 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 419 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 420 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 6th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 421 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 8 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3022 422 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 6th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 423 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 424 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 500-Price of ATS/AMC Subscription for 7th Year(Optional Item)1 501 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III ofTender Document Part-II) of 50 K EPS for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 502 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 503 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 504 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K Devices/End Points for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 505 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 506 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 507 Service Non Stock --- No CONSIGNEE INR (Y)Page 9 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K IPs for for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 508 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 509 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 510 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 511 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 512 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 38 | Threat Intelligence Feed (As per Technical Specification given in Annexure-III) for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 209 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III) for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 210 AMC (Y) Non Stock --- Yes CONSIGNEE INR Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III) for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 211 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription of Asset discovery and ITSM Solution (As per Technical Specification given in Annexur-III ) for 1.75 Lakhs Assets for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 212 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) Max Up to 90000 EPS. for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 213 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000EPP licenses) Max Up to 160000 Devices/End Points/Servers etc.for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 214 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) Max Up to 160000 Devices/End Points/Servers etc for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 215 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) Max Up to 10000 Users etc for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 216 AMC (Y) Non Stock --- Yes CONSIGNEE INR Forensic Analyst Services(150 Hrs Each Year) as per Requirement for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %Page 5 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 150.00 Hour17 217 AMC (Y) Non Stock --- Yes CONSIGNEE INR AMC Cost of Network Security Devices (Firewall, Router for CRIS Primary and DR-DC and Layer-3 Switches for each Sub SOC etc) for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 218 AMC (Y) Non Stock --- Yes CONSIGNEE INR AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 219 AMC (Y) Non Stock --- Yes CONSIGNEE INR SOC Continuous Improvement for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 220 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription of Incremental Cost of Vulnerability Management 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 221 AMC (Y) Non Stock --- Yes CONSIGNEE INR Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 222 AMC (Y) Non Stock --- Yes CONSIGNEE INR Human Resource for Central SOC and Sub-SOC for 4th and 5th Years as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 223 AMC (Y) Non Stock --- Yes CONSIGNEE INR Annual Training to IR/CRIS Official 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 224 AMC (Y) Non Stock --- Yes CONSIGNEE INR AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 400-Price of ATS/AMC Subscription for 6th Year (Optional Item)1 401 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 402 Service Non Stock --- No CONSIGNEE INR (Y)Page 6 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 403 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 404 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K devices/End Points for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 405 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 406 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 407 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K Ips for for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 408 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 409 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 410 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 411 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 6th YearsPage 7 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 412 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) (for 6th Year)At (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 413 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 414 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 415 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 416 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 6th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 417 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network & Security Devices for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 418 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 419 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 420 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 6th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 421 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 8 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3022 422 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 6th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 423 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 424 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 500-Price of ATS/AMC Subscription for 7th Year(Optional Item)1 501 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III ofTender Document Part-II) of 50 K EPS for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 502 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 503 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 504 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K Devices/End Points for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 505 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 506 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 507 Service Non Stock --- No CONSIGNEE INR (Y)Page 9 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K IPs for for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 508 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 509 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 510 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 511 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 512 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 39 | ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III) for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 210 AMC (Y) Non Stock --- Yes CONSIGNEE INR Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III) for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 211 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription of Asset discovery and ITSM Solution (As per Technical Specification given in Annexur-III ) for 1.75 Lakhs Assets for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 212 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) Max Up to 90000 EPS. for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 213 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000EPP licenses) Max Up to 160000 Devices/End Points/Servers etc.for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 214 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) Max Up to 160000 Devices/End Points/Servers etc for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 215 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) Max Up to 10000 Users etc for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 216 AMC (Y) Non Stock --- Yes CONSIGNEE INR Forensic Analyst Services(150 Hrs Each Year) as per Requirement for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %Page 5 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 150.00 Hour17 217 AMC (Y) Non Stock --- Yes CONSIGNEE INR AMC Cost of Network Security Devices (Firewall, Router for CRIS Primary and DR-DC and Layer-3 Switches for each Sub SOC etc) for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 218 AMC (Y) Non Stock --- Yes CONSIGNEE INR AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 219 AMC (Y) Non Stock --- Yes CONSIGNEE INR SOC Continuous Improvement for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 220 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription of Incremental Cost of Vulnerability Management 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 221 AMC (Y) Non Stock --- Yes CONSIGNEE INR Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 222 AMC (Y) Non Stock --- Yes CONSIGNEE INR Human Resource for Central SOC and Sub-SOC for 4th and 5th Years as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 223 AMC (Y) Non Stock --- Yes CONSIGNEE INR Annual Training to IR/CRIS Official 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 224 AMC (Y) Non Stock --- Yes CONSIGNEE INR AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 400-Price of ATS/AMC Subscription for 6th Year (Optional Item)1 401 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 402 Service Non Stock --- No CONSIGNEE INR (Y)Page 6 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 403 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 404 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K devices/End Points for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 405 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 406 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 407 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K Ips for for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 408 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 409 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 410 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 411 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 6th YearsPage 7 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 412 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) (for 6th Year)At (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 413 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 414 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 415 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 416 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 6th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 417 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network & Security Devices for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 418 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 419 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 420 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 6th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 421 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 8 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3022 422 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 6th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 423 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 424 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 500-Price of ATS/AMC Subscription for 7th Year(Optional Item)1 501 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III ofTender Document Part-II) of 50 K EPS for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 502 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 503 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 504 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K Devices/End Points for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 505 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 506 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 507 Service Non Stock --- No CONSIGNEE INR (Y)Page 9 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K IPs for for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 508 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 509 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 510 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 511 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 512 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 40 | Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III) for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 211 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription of Asset discovery and ITSM Solution (As per Technical Specification given in Annexur-III ) for 1.75 Lakhs Assets for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 212 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) Max Up to 90000 EPS. for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 213 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000EPP licenses) Max Up to 160000 Devices/End Points/Servers etc.for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 214 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) Max Up to 160000 Devices/End Points/Servers etc for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 215 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) Max Up to 10000 Users etc for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 216 AMC (Y) Non Stock --- Yes CONSIGNEE INR Forensic Analyst Services(150 Hrs Each Year) as per Requirement for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %Page 5 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 150.00 Hour17 217 AMC (Y) Non Stock --- Yes CONSIGNEE INR AMC Cost of Network Security Devices (Firewall, Router for CRIS Primary and DR-DC and Layer-3 Switches for each Sub SOC etc) for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 218 AMC (Y) Non Stock --- Yes CONSIGNEE INR AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 219 AMC (Y) Non Stock --- Yes CONSIGNEE INR SOC Continuous Improvement for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 220 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription of Incremental Cost of Vulnerability Management 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 221 AMC (Y) Non Stock --- Yes CONSIGNEE INR Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 222 AMC (Y) Non Stock --- Yes CONSIGNEE INR Human Resource for Central SOC and Sub-SOC for 4th and 5th Years as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 223 AMC (Y) Non Stock --- Yes CONSIGNEE INR Annual Training to IR/CRIS Official 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 224 AMC (Y) Non Stock --- Yes CONSIGNEE INR AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 400-Price of ATS/AMC Subscription for 6th Year (Optional Item)1 401 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 402 Service Non Stock --- No CONSIGNEE INR (Y)Page 6 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 403 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 404 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K devices/End Points for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 405 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 406 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 407 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K Ips for for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 408 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 409 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 410 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 411 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 6th YearsPage 7 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 412 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) (for 6th Year)At (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 413 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 414 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 415 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 416 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 6th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 417 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network & Security Devices for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 418 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 419 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 420 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 6th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 421 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 8 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3022 422 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 6th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 423 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 424 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 500-Price of ATS/AMC Subscription for 7th Year(Optional Item)1 501 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III ofTender Document Part-II) of 50 K EPS for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 502 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 503 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 504 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K Devices/End Points for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 505 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 506 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 507 Service Non Stock --- No CONSIGNEE INR (Y)Page 9 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K IPs for for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 508 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 509 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 510 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 511 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 512 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 41 | ATS/Subscription of Asset discovery and ITSM Solution (As per Technical Specification given in Annexur-III ) for 1.75 Lakhs Assets for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 212 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) Max Up to 90000 EPS. for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 213 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000EPP licenses) Max Up to 160000 Devices/End Points/Servers etc.for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 214 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) Max Up to 160000 Devices/End Points/Servers etc for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 215 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) Max Up to 10000 Users etc for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 216 AMC (Y) Non Stock --- Yes CONSIGNEE INR Forensic Analyst Services(150 Hrs Each Year) as per Requirement for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %Page 5 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 150.00 Hour17 217 AMC (Y) Non Stock --- Yes CONSIGNEE INR AMC Cost of Network Security Devices (Firewall, Router for CRIS Primary and DR-DC and Layer-3 Switches for each Sub SOC etc) for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 218 AMC (Y) Non Stock --- Yes CONSIGNEE INR AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 219 AMC (Y) Non Stock --- Yes CONSIGNEE INR SOC Continuous Improvement for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 220 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription of Incremental Cost of Vulnerability Management 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 221 AMC (Y) Non Stock --- Yes CONSIGNEE INR Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 222 AMC (Y) Non Stock --- Yes CONSIGNEE INR Human Resource for Central SOC and Sub-SOC for 4th and 5th Years as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 223 AMC (Y) Non Stock --- Yes CONSIGNEE INR Annual Training to IR/CRIS Official 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 224 AMC (Y) Non Stock --- Yes CONSIGNEE INR AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 400-Price of ATS/AMC Subscription for 6th Year (Optional Item)1 401 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 402 Service Non Stock --- No CONSIGNEE INR (Y)Page 6 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 403 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 404 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K devices/End Points for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 405 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 406 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 407 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K Ips for for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 408 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 409 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 410 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 411 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 6th YearsPage 7 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 412 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) (for 6th Year)At (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 413 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 414 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 415 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 416 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 6th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 417 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network & Security Devices for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 418 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 419 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 420 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 6th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 421 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 8 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3022 422 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 6th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 423 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 424 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 500-Price of ATS/AMC Subscription for 7th Year(Optional Item)1 501 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III ofTender Document Part-II) of 50 K EPS for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 502 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 503 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 504 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K Devices/End Points for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 505 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 506 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 507 Service Non Stock --- No CONSIGNEE INR (Y)Page 9 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K IPs for for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 508 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 509 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 510 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 511 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 512 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 42 | ATS/Subscription Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) Max Up to 90000 EPS. for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 213 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000EPP licenses) Max Up to 160000 Devices/End Points/Servers etc.for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 214 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) Max Up to 160000 Devices/End Points/Servers etc for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 215 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) Max Up to 10000 Users etc for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 216 AMC (Y) Non Stock --- Yes CONSIGNEE INR Forensic Analyst Services(150 Hrs Each Year) as per Requirement for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %Page 5 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 150.00 Hour17 217 AMC (Y) Non Stock --- Yes CONSIGNEE INR AMC Cost of Network Security Devices (Firewall, Router for CRIS Primary and DR-DC and Layer-3 Switches for each Sub SOC etc) for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 218 AMC (Y) Non Stock --- Yes CONSIGNEE INR AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 219 AMC (Y) Non Stock --- Yes CONSIGNEE INR SOC Continuous Improvement for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 220 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription of Incremental Cost of Vulnerability Management 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 221 AMC (Y) Non Stock --- Yes CONSIGNEE INR Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 222 AMC (Y) Non Stock --- Yes CONSIGNEE INR Human Resource for Central SOC and Sub-SOC for 4th and 5th Years as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 223 AMC (Y) Non Stock --- Yes CONSIGNEE INR Annual Training to IR/CRIS Official 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 224 AMC (Y) Non Stock --- Yes CONSIGNEE INR AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 400-Price of ATS/AMC Subscription for 6th Year (Optional Item)1 401 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 402 Service Non Stock --- No CONSIGNEE INR (Y)Page 6 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 403 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 404 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K devices/End Points for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 405 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 406 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 407 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K Ips for for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 408 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 409 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 410 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 411 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 6th YearsPage 7 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 412 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) (for 6th Year)At (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 413 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 414 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 415 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 416 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 6th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 417 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network & Security Devices for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 418 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 419 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 420 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 6th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 421 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 8 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3022 422 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 6th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 423 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 424 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 500-Price of ATS/AMC Subscription for 7th Year(Optional Item)1 501 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III ofTender Document Part-II) of 50 K EPS for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 502 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 503 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 504 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K Devices/End Points for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 505 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 506 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 507 Service Non Stock --- No CONSIGNEE INR (Y)Page 9 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K IPs for for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 508 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 509 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 510 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 511 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 512 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 43 | ATS/Subscription Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000EPP licenses) Max Up to 160000 Devices/End Points/Servers etc.for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 214 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) Max Up to 160000 Devices/End Points/Servers etc for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 215 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) Max Up to 10000 Users etc for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 216 AMC (Y) Non Stock --- Yes CONSIGNEE INR Forensic Analyst Services(150 Hrs Each Year) as per Requirement for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %Page 5 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 150.00 Hour17 217 AMC (Y) Non Stock --- Yes CONSIGNEE INR AMC Cost of Network Security Devices (Firewall, Router for CRIS Primary and DR-DC and Layer-3 Switches for each Sub SOC etc) for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 218 AMC (Y) Non Stock --- Yes CONSIGNEE INR AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 219 AMC (Y) Non Stock --- Yes CONSIGNEE INR SOC Continuous Improvement for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 220 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription of Incremental Cost of Vulnerability Management 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 221 AMC (Y) Non Stock --- Yes CONSIGNEE INR Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 222 AMC (Y) Non Stock --- Yes CONSIGNEE INR Human Resource for Central SOC and Sub-SOC for 4th and 5th Years as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 223 AMC (Y) Non Stock --- Yes CONSIGNEE INR Annual Training to IR/CRIS Official 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 224 AMC (Y) Non Stock --- Yes CONSIGNEE INR AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 400-Price of ATS/AMC Subscription for 6th Year (Optional Item)1 401 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 402 Service Non Stock --- No CONSIGNEE INR (Y)Page 6 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 403 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 404 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K devices/End Points for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 405 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 406 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 407 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K Ips for for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 408 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 409 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 410 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 411 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 6th YearsPage 7 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 412 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) (for 6th Year)At (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 413 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 414 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 415 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 416 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 6th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 417 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network & Security Devices for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 418 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 419 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 420 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 6th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 421 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 8 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3022 422 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 6th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 423 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 424 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 500-Price of ATS/AMC Subscription for 7th Year(Optional Item)1 501 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III ofTender Document Part-II) of 50 K EPS for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 502 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 503 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 504 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K Devices/End Points for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 505 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 506 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 507 Service Non Stock --- No CONSIGNEE INR (Y)Page 9 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K IPs for for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 508 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 509 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 510 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 511 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 512 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 44 | ATS/Subscription Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) Max Up to 160000 Devices/End Points/Servers etc for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 215 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) Max Up to 10000 Users etc for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 216 AMC (Y) Non Stock --- Yes CONSIGNEE INR Forensic Analyst Services(150 Hrs Each Year) as per Requirement for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %Page 5 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 150.00 Hour17 217 AMC (Y) Non Stock --- Yes CONSIGNEE INR AMC Cost of Network Security Devices (Firewall, Router for CRIS Primary and DR-DC and Layer-3 Switches for each Sub SOC etc) for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 218 AMC (Y) Non Stock --- Yes CONSIGNEE INR AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 219 AMC (Y) Non Stock --- Yes CONSIGNEE INR SOC Continuous Improvement for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 220 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription of Incremental Cost of Vulnerability Management 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 221 AMC (Y) Non Stock --- Yes CONSIGNEE INR Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 222 AMC (Y) Non Stock --- Yes CONSIGNEE INR Human Resource for Central SOC and Sub-SOC for 4th and 5th Years as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 223 AMC (Y) Non Stock --- Yes CONSIGNEE INR Annual Training to IR/CRIS Official 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 224 AMC (Y) Non Stock --- Yes CONSIGNEE INR AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 400-Price of ATS/AMC Subscription for 6th Year (Optional Item)1 401 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 402 Service Non Stock --- No CONSIGNEE INR (Y)Page 6 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 403 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 404 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K devices/End Points for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 405 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 406 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 407 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K Ips for for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 408 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 409 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 410 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 411 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 6th YearsPage 7 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 412 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) (for 6th Year)At (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 413 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 414 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 415 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 416 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 6th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 417 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network & Security Devices for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 418 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 419 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 420 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 6th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 421 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 8 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3022 422 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 6th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 423 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 424 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 500-Price of ATS/AMC Subscription for 7th Year(Optional Item)1 501 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III ofTender Document Part-II) of 50 K EPS for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 502 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 503 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 504 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K Devices/End Points for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 505 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 506 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 507 Service Non Stock --- No CONSIGNEE INR (Y)Page 9 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K IPs for for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 508 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 509 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 510 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 511 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 512 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 45 | ATS/Subscription Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) Max Up to 10000 Users etc for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 216 AMC (Y) Non Stock --- Yes CONSIGNEE INR Forensic Analyst Services(150 Hrs Each Year) as per Requirement for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %Page 5 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 150.00 Hour17 217 AMC (Y) Non Stock --- Yes CONSIGNEE INR AMC Cost of Network Security Devices (Firewall, Router for CRIS Primary and DR-DC and Layer-3 Switches for each Sub SOC etc) for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 218 AMC (Y) Non Stock --- Yes CONSIGNEE INR AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 219 AMC (Y) Non Stock --- Yes CONSIGNEE INR SOC Continuous Improvement for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 220 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription of Incremental Cost of Vulnerability Management 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 221 AMC (Y) Non Stock --- Yes CONSIGNEE INR Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 222 AMC (Y) Non Stock --- Yes CONSIGNEE INR Human Resource for Central SOC and Sub-SOC for 4th and 5th Years as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 223 AMC (Y) Non Stock --- Yes CONSIGNEE INR Annual Training to IR/CRIS Official 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 224 AMC (Y) Non Stock --- Yes CONSIGNEE INR AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 400-Price of ATS/AMC Subscription for 6th Year (Optional Item)1 401 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 402 Service Non Stock --- No CONSIGNEE INR (Y)Page 6 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 403 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 404 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K devices/End Points for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 405 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 406 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 407 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K Ips for for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 408 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 409 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 410 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 411 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 6th YearsPage 7 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 412 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) (for 6th Year)At (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 413 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 414 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 415 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 416 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 6th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 417 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network & Security Devices for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 418 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 419 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 420 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 6th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 421 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 8 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3022 422 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 6th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 423 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 424 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 500-Price of ATS/AMC Subscription for 7th Year(Optional Item)1 501 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III ofTender Document Part-II) of 50 K EPS for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 502 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 503 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 504 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K Devices/End Points for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 505 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 506 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 507 Service Non Stock --- No CONSIGNEE INR (Y)Page 9 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K IPs for for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 508 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 509 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 510 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 511 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 512 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 46 | Forensic Analyst Services(150 Hrs Each Year) as per Requirement for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %Page 5 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENT |
| 47 | AMC Cost of Network Security Devices (Firewall, Router for CRIS Primary and DR-DC and Layer-3 Switches for each Sub SOC etc) for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 218 AMC (Y) Non Stock --- Yes CONSIGNEE INR AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 219 AMC (Y) Non Stock --- Yes CONSIGNEE INR SOC Continuous Improvement for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 220 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription of Incremental Cost of Vulnerability Management 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 221 AMC (Y) Non Stock --- Yes CONSIGNEE INR Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 222 AMC (Y) Non Stock --- Yes CONSIGNEE INR Human Resource for Central SOC and Sub-SOC for 4th and 5th Years as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 223 AMC (Y) Non Stock --- Yes CONSIGNEE INR Annual Training to IR/CRIS Official 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 224 AMC (Y) Non Stock --- Yes CONSIGNEE INR AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 400-Price of ATS/AMC Subscription for 6th Year (Optional Item)1 401 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 402 Service Non Stock --- No CONSIGNEE INR (Y)Page 6 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 403 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 404 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K devices/End Points for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 405 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 406 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 407 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K Ips for for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 408 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 409 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 410 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 411 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 6th YearsPage 7 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 412 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) (for 6th Year)At (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 413 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 414 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 415 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 416 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 6th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 417 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network & Security Devices for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 418 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 419 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 420 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 6th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 421 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 8 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3022 422 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 6th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 423 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 424 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 500-Price of ATS/AMC Subscription for 7th Year(Optional Item)1 501 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III ofTender Document Part-II) of 50 K EPS for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 502 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 503 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 504 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K Devices/End Points for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 505 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 506 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 507 Service Non Stock --- No CONSIGNEE INR (Y)Page 9 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K IPs for for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 508 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 509 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 510 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 511 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 512 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 48 | AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 219 AMC (Y) Non Stock --- Yes CONSIGNEE INR SOC Continuous Improvement for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 220 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription of Incremental Cost of Vulnerability Management 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 221 AMC (Y) Non Stock --- Yes CONSIGNEE INR Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 222 AMC (Y) Non Stock --- Yes CONSIGNEE INR Human Resource for Central SOC and Sub-SOC for 4th and 5th Years as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 223 AMC (Y) Non Stock --- Yes CONSIGNEE INR Annual Training to IR/CRIS Official 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 224 AMC (Y) Non Stock --- Yes CONSIGNEE INR AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 400-Price of ATS/AMC Subscription for 6th Year (Optional Item)1 401 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 402 Service Non Stock --- No CONSIGNEE INR (Y)Page 6 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 403 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 404 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K devices/End Points for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 405 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 406 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 407 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K Ips for for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 408 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 409 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 410 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 411 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 6th YearsPage 7 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 412 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) (for 6th Year)At (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 413 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 414 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 415 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 416 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 6th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 417 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network & Security Devices for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 418 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 419 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 420 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 6th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 421 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 8 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3022 422 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 6th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 423 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 424 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 500-Price of ATS/AMC Subscription for 7th Year(Optional Item)1 501 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III ofTender Document Part-II) of 50 K EPS for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 502 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 503 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 504 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K Devices/End Points for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 505 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 506 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 507 Service Non Stock --- No CONSIGNEE INR (Y)Page 9 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K IPs for for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 508 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 509 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 510 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 511 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 512 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 49 | SOC Continuous Improvement for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 220 AMC (Y) Non Stock --- Yes CONSIGNEE INR ATS/Subscription of Incremental Cost of Vulnerability Management 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 221 AMC (Y) Non Stock --- Yes CONSIGNEE INR Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 222 AMC (Y) Non Stock --- Yes CONSIGNEE INR Human Resource for Central SOC and Sub-SOC for 4th and 5th Years as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 223 AMC (Y) Non Stock --- Yes CONSIGNEE INR Annual Training to IR/CRIS Official 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 224 AMC (Y) Non Stock --- Yes CONSIGNEE INR AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 400-Price of ATS/AMC Subscription for 6th Year (Optional Item)1 401 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 402 Service Non Stock --- No CONSIGNEE INR (Y)Page 6 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 403 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 404 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K devices/End Points for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 405 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 406 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 407 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K Ips for for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 408 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 409 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 410 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 411 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 6th YearsPage 7 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 412 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) (for 6th Year)At (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 413 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 414 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 415 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 416 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 6th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 417 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network & Security Devices for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 418 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 419 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 420 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 6th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 421 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 8 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3022 422 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 6th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 423 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 424 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 500-Price of ATS/AMC Subscription for 7th Year(Optional Item)1 501 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III ofTender Document Part-II) of 50 K EPS for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 502 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 503 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 504 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K Devices/End Points for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 505 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 506 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 507 Service Non Stock --- No CONSIGNEE INR (Y)Page 9 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K IPs for for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 508 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 509 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 510 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 511 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 512 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 50 | ATS/Subscription of Incremental Cost of Vulnerability Management 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 221 AMC (Y) Non Stock --- Yes CONSIGNEE INR Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 222 AMC (Y) Non Stock --- Yes CONSIGNEE INR Human Resource for Central SOC and Sub-SOC for 4th and 5th Years as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 223 AMC (Y) Non Stock --- Yes CONSIGNEE INR Annual Training to IR/CRIS Official 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 224 AMC (Y) Non Stock --- Yes CONSIGNEE INR AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 400-Price of ATS/AMC Subscription for 6th Year (Optional Item)1 401 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 402 Service Non Stock --- No CONSIGNEE INR (Y)Page 6 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 403 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 404 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K devices/End Points for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 405 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 406 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 407 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K Ips for for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 408 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 409 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 410 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 411 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 6th YearsPage 7 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 412 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) (for 6th Year)At (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 413 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 414 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 415 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 416 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 6th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 417 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network & Security Devices for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 418 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 419 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 420 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 6th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 421 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 8 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3022 422 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 6th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 423 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 424 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 500-Price of ATS/AMC Subscription for 7th Year(Optional Item)1 501 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III ofTender Document Part-II) of 50 K EPS for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 502 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 503 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 504 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K Devices/End Points for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 505 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 506 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 507 Service Non Stock --- No CONSIGNEE INR (Y)Page 9 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K IPs for for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 508 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 509 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 510 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 511 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 512 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 51 | Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 222 AMC (Y) Non Stock --- Yes CONSIGNEE INR Human Resource for Central SOC and Sub-SOC for 4th and 5th Years as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 223 AMC (Y) Non Stock --- Yes CONSIGNEE INR Annual Training to IR/CRIS Official 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 224 AMC (Y) Non Stock --- Yes CONSIGNEE INR AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 400-Price of ATS/AMC Subscription for 6th Year (Optional Item)1 401 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 402 Service Non Stock --- No CONSIGNEE INR (Y)Page 6 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 403 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 404 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K devices/End Points for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 405 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 406 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 407 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K Ips for for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 408 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 409 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 410 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 411 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 6th YearsPage 7 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 412 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) (for 6th Year)At (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 413 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 414 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 415 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 416 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 6th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 417 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network & Security Devices for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 418 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 419 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 420 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 6th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 421 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 8 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3022 422 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 6th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 423 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 424 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 500-Price of ATS/AMC Subscription for 7th Year(Optional Item)1 501 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III ofTender Document Part-II) of 50 K EPS for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 502 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 503 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 504 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K Devices/End Points for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 505 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 506 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 507 Service Non Stock --- No CONSIGNEE INR (Y)Page 9 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K IPs for for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 508 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 509 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 510 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 511 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 512 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 52 | Human Resource for Central SOC and Sub-SOC for 4th and 5th Years as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 223 AMC (Y) Non Stock --- Yes CONSIGNEE INR Annual Training to IR/CRIS Official 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 224 AMC (Y) Non Stock --- Yes CONSIGNEE INR AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 400-Price of ATS/AMC Subscription for 6th Year (Optional Item)1 401 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 402 Service Non Stock --- No CONSIGNEE INR (Y)Page 6 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 403 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 404 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K devices/End Points for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 405 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 406 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 407 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K Ips for for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 408 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 409 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 410 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 411 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 6th YearsPage 7 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 412 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) (for 6th Year)At (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 413 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 414 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 415 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 416 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 6th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 417 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network & Security Devices for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 418 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 419 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 420 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 6th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 421 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 8 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3022 422 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 6th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 423 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 424 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 500-Price of ATS/AMC Subscription for 7th Year(Optional Item)1 501 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III ofTender Document Part-II) of 50 K EPS for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 502 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 503 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 504 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K Devices/End Points for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 505 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 506 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 507 Service Non Stock --- No CONSIGNEE INR (Y)Page 9 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K IPs for for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 508 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 509 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 510 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 511 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 512 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 53 | Annual Training to IR/CRIS Official 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 224 AMC (Y) Non Stock --- Yes CONSIGNEE INR AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 400-Price of ATS/AMC Subscription for 6th Year (Optional Item)1 401 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 402 Service Non Stock --- No CONSIGNEE INR (Y)Page 6 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 403 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 404 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K devices/End Points for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 405 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 406 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 407 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K Ips for for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 408 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 409 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 410 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 411 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 6th YearsPage 7 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 412 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) (for 6th Year)At (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 413 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 414 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 415 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 416 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 6th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 417 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network & Security Devices for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 418 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 419 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 420 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 6th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 421 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 8 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3022 422 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 6th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 423 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 424 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 500-Price of ATS/AMC Subscription for 7th Year(Optional Item)1 501 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III ofTender Document Part-II) of 50 K EPS for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 502 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 503 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 504 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K Devices/End Points for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 505 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 506 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 507 Service Non Stock --- No CONSIGNEE INR (Y)Page 9 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K IPs for for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 508 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 509 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 510 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 511 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 512 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 54 | AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC 4th and 5th YearsWarranty Period: 3 years, AMC Period: 2 years, Rate of Discounting: 10 %At (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 400-Price of ATS/AMC Subscription for 6th Year (Optional Item)1 401 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 402 Service Non Stock --- No CONSIGNEE INR (Y)Page 6 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 403 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 404 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K devices/End Points for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 405 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 406 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 407 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K Ips for for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 408 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 409 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 410 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 411 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 6th YearsPage 7 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 412 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) (for 6th Year)At (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 413 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 414 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 415 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 416 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 6th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 417 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network & Security Devices for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 418 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 419 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 420 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 6th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 421 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 8 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3022 422 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 6th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 423 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 424 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 500-Price of ATS/AMC Subscription for 7th Year(Optional Item)1 501 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III ofTender Document Part-II) of 50 K EPS for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 502 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 503 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 504 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K Devices/End Points for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 505 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 506 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 507 Service Non Stock --- No CONSIGNEE INR (Y)Page 9 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K IPs for for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 508 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 509 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 510 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 511 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 512 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 55 | ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 402 Service Non Stock --- No CONSIGNEE INR (Y)Page 6 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRIS |
| 56 | ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 403 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 404 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K devices/End Points for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 405 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 406 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 407 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K Ips for for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 408 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 409 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 410 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 411 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 6th YearsPage 7 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 412 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) (for 6th Year)At (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 413 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 414 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 415 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 416 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 6th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 417 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network & Security Devices for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 418 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 419 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 420 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 6th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 421 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 8 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3022 422 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 6th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 423 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 424 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 500-Price of ATS/AMC Subscription for 7th Year(Optional Item)1 501 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III ofTender Document Part-II) of 50 K EPS for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 502 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 503 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 504 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K Devices/End Points for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 505 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 506 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 507 Service Non Stock --- No CONSIGNEE INR (Y)Page 9 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K IPs for for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 508 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 509 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 510 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 511 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 512 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 57 | ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 404 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K devices/End Points for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 405 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 406 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 407 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K Ips for for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 408 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 409 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 410 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 411 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 6th YearsPage 7 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 412 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) (for 6th Year)At (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 413 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 414 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 415 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 416 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 6th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 417 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network & Security Devices for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 418 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 419 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 420 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 6th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 421 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 8 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3022 422 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 6th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 423 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 424 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 500-Price of ATS/AMC Subscription for 7th Year(Optional Item)1 501 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III ofTender Document Part-II) of 50 K EPS for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 502 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 503 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 504 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K Devices/End Points for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 505 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 506 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 507 Service Non Stock --- No CONSIGNEE INR (Y)Page 9 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K IPs for for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 508 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 509 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 510 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 511 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 512 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 58 | ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K devices/End Points for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 405 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 406 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 407 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K Ips for for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 408 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 409 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 410 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 411 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 6th YearsPage 7 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 412 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) (for 6th Year)At (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 413 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 414 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 415 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 416 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 6th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 417 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network & Security Devices for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 418 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 419 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 420 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 6th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 421 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 8 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3022 422 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 6th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 423 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 424 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 500-Price of ATS/AMC Subscription for 7th Year(Optional Item)1 501 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III ofTender Document Part-II) of 50 K EPS for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 502 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 503 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 504 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K Devices/End Points for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 505 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 506 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 507 Service Non Stock --- No CONSIGNEE INR (Y)Page 9 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K IPs for for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 508 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 509 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 510 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 511 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 512 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 59 | ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 406 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 407 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K Ips for for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 408 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 409 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 410 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 411 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 6th YearsPage 7 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 412 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) (for 6th Year)At (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 413 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 414 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 415 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 416 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 6th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 417 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network & Security Devices for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 418 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 419 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 420 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 6th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 421 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 8 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3022 422 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 6th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 423 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 424 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 500-Price of ATS/AMC Subscription for 7th Year(Optional Item)1 501 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III ofTender Document Part-II) of 50 K EPS for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 502 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 503 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 504 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K Devices/End Points for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 505 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 506 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 507 Service Non Stock --- No CONSIGNEE INR (Y)Page 9 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K IPs for for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 508 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 509 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 510 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 511 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 512 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 60 | ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 407 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K Ips for for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 408 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 409 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 410 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 411 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 6th YearsPage 7 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 412 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) (for 6th Year)At (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 413 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 414 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 415 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 416 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 6th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 417 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network & Security Devices for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 418 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 419 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 420 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 6th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 421 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 8 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3022 422 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 6th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 423 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 424 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 500-Price of ATS/AMC Subscription for 7th Year(Optional Item)1 501 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III ofTender Document Part-II) of 50 K EPS for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 502 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 503 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 504 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K Devices/End Points for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 505 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 506 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 507 Service Non Stock --- No CONSIGNEE INR (Y)Page 9 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K IPs for for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 508 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 509 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 510 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 511 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 512 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 61 | ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K Ips for for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 408 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 409 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 410 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 411 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 6th YearsPage 7 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 412 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) (for 6th Year)At (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 413 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 414 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 415 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 416 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 6th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 417 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network & Security Devices for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 418 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 419 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 420 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 6th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 421 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 8 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3022 422 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 6th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 423 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 424 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 500-Price of ATS/AMC Subscription for 7th Year(Optional Item)1 501 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III ofTender Document Part-II) of 50 K EPS for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 502 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 503 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 504 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K Devices/End Points for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 505 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 506 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 507 Service Non Stock --- No CONSIGNEE INR (Y)Page 9 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K IPs for for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 508 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 509 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 510 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 511 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 512 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 62 | Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 409 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 410 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 411 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 6th YearsPage 7 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 412 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) (for 6th Year)At (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 413 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 414 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 415 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 416 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 6th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 417 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network & Security Devices for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 418 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 419 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 420 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 6th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 421 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 8 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3022 422 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 6th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 423 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 424 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 500-Price of ATS/AMC Subscription for 7th Year(Optional Item)1 501 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III ofTender Document Part-II) of 50 K EPS for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 502 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 503 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 504 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K Devices/End Points for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 505 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 506 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 507 Service Non Stock --- No CONSIGNEE INR (Y)Page 9 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K IPs for for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 508 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 509 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 510 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 511 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 512 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 63 | ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 410 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 411 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 6th YearsPage 7 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 412 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) (for 6th Year)At (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 413 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 414 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 415 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 416 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 6th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 417 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network & Security Devices for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 418 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 419 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 420 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 6th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 421 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 8 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3022 422 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 6th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 423 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 424 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 500-Price of ATS/AMC Subscription for 7th Year(Optional Item)1 501 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III ofTender Document Part-II) of 50 K EPS for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 502 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 503 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 504 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K Devices/End Points for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 505 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 506 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 507 Service Non Stock --- No CONSIGNEE INR (Y)Page 9 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K IPs for for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 508 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 509 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 510 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 511 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 512 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 64 | Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 6th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 411 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 6th YearsPage 7 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 412 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) (for 6th Year)At (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 413 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 414 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 415 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 416 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 6th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 417 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network & Security Devices for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 418 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 419 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 420 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 6th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 421 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 8 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3022 422 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 6th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 423 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 424 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 500-Price of ATS/AMC Subscription for 7th Year(Optional Item)1 501 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III ofTender Document Part-II) of 50 K EPS for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 502 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 503 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 504 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K Devices/End Points for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 505 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 506 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 507 Service Non Stock --- No CONSIGNEE INR (Y)Page 9 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K IPs for for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 508 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 509 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 510 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 511 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 512 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 65 | ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 6th YearsPage 7 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENT |
| 66 | ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) (for 6th Year)At (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 413 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 414 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 415 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 416 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 6th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 417 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network & Security Devices for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 418 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 419 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 420 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 6th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 421 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 8 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3022 422 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 6th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 423 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 424 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 500-Price of ATS/AMC Subscription for 7th Year(Optional Item)1 501 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III ofTender Document Part-II) of 50 K EPS for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 502 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 503 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 504 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K Devices/End Points for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 505 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 506 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 507 Service Non Stock --- No CONSIGNEE INR (Y)Page 9 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K IPs for for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 508 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 509 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 510 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 511 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 512 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 67 | ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 414 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 415 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 416 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 6th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 417 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network & Security Devices for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 418 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 419 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 420 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 6th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 421 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 8 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3022 422 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 6th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 423 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 424 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 500-Price of ATS/AMC Subscription for 7th Year(Optional Item)1 501 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III ofTender Document Part-II) of 50 K EPS for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 502 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 503 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 504 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K Devices/End Points for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 505 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 506 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 507 Service Non Stock --- No CONSIGNEE INR (Y)Page 9 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K IPs for for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 508 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 509 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 510 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 511 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 512 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 68 | ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 6th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 415 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 416 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 6th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 417 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network & Security Devices for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 418 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 419 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 420 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 6th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 421 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 8 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3022 422 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 6th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 423 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 424 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 500-Price of ATS/AMC Subscription for 7th Year(Optional Item)1 501 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III ofTender Document Part-II) of 50 K EPS for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 502 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 503 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 504 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K Devices/End Points for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 505 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 506 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 507 Service Non Stock --- No CONSIGNEE INR (Y)Page 9 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K IPs for for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 508 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 509 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 510 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 511 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 512 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 69 | ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 6th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 416 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 6th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 417 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network & Security Devices for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 418 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 419 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 420 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 6th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 421 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 8 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3022 422 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 6th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 423 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 424 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 500-Price of ATS/AMC Subscription for 7th Year(Optional Item)1 501 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III ofTender Document Part-II) of 50 K EPS for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 502 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 503 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 504 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K Devices/End Points for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 505 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 506 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 507 Service Non Stock --- No CONSIGNEE INR (Y)Page 9 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K IPs for for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 508 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 509 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 510 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 511 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 512 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 70 | Forensic Analyst Services as per Requirement for 6th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 417 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network & Security Devices for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 418 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 419 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 420 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 6th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 421 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 8 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3022 422 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 6th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 423 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 424 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 500-Price of ATS/AMC Subscription for 7th Year(Optional Item)1 501 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III ofTender Document Part-II) of 50 K EPS for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 502 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 503 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 504 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K Devices/End Points for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 505 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 506 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 507 Service Non Stock --- No CONSIGNEE INR (Y)Page 9 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K IPs for for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 508 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 509 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 510 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 511 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 512 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 71 | AMC Cost of Network & Security Devices for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 418 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 419 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 420 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 6th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 421 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 8 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3022 422 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 6th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 423 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 424 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 500-Price of ATS/AMC Subscription for 7th Year(Optional Item)1 501 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III ofTender Document Part-II) of 50 K EPS for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 502 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 503 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 504 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K Devices/End Points for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 505 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 506 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 507 Service Non Stock --- No CONSIGNEE INR (Y)Page 9 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K IPs for for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 508 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 509 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 510 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 511 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 512 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 72 | AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 419 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 420 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 6th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 421 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 8 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3022 422 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 6th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 423 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 424 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 500-Price of ATS/AMC Subscription for 7th Year(Optional Item)1 501 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III ofTender Document Part-II) of 50 K EPS for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 502 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 503 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 504 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K Devices/End Points for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 505 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 506 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 507 Service Non Stock --- No CONSIGNEE INR (Y)Page 9 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K IPs for for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 508 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 509 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 510 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 511 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 512 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 73 | SOC Continuous Improvement for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 420 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 6th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 421 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 8 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3022 422 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 6th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 423 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 424 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 500-Price of ATS/AMC Subscription for 7th Year(Optional Item)1 501 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III ofTender Document Part-II) of 50 K EPS for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 502 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 503 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 504 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K Devices/End Points for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 505 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 506 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 507 Service Non Stock --- No CONSIGNEE INR (Y)Page 9 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K IPs for for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 508 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 509 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 510 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 511 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 512 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 74 | ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 6th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 421 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 8 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3022 422 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 6th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 423 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 424 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 500-Price of ATS/AMC Subscription for 7th Year(Optional Item)1 501 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III ofTender Document Part-II) of 50 K EPS for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 502 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 503 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 504 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K Devices/End Points for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 505 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 506 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 507 Service Non Stock --- No CONSIGNEE INR (Y)Page 9 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K IPs for for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 508 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 509 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 510 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 511 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 512 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 75 | Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 8 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRIS |
| 76 | Human Resource for Central SOC and Sub-SOC for 6th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 423 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 424 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 500-Price of ATS/AMC Subscription for 7th Year(Optional Item)1 501 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III ofTender Document Part-II) of 50 K EPS for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 502 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 503 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 504 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K Devices/End Points for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 505 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 506 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 507 Service Non Stock --- No CONSIGNEE INR (Y)Page 9 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K IPs for for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 508 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 509 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 510 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 511 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 512 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 77 | Annual Training to IR/CRIS Official for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 424 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 500-Price of ATS/AMC Subscription for 7th Year(Optional Item)1 501 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III ofTender Document Part-II) of 50 K EPS for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 502 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 503 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 504 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K Devices/End Points for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 505 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 506 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 507 Service Non Stock --- No CONSIGNEE INR (Y)Page 9 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K IPs for for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 508 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 509 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 510 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 511 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 512 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 78 | AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 6th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 500-Price of ATS/AMC Subscription for 7th Year(Optional Item)1 501 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III ofTender Document Part-II) of 50 K EPS for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 502 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 503 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 504 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K Devices/End Points for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 505 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 506 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 507 Service Non Stock --- No CONSIGNEE INR (Y)Page 9 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K IPs for for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 508 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 509 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 510 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 511 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 512 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 79 | ATS/Subscription of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III ofTender Document Part-II) of 50 K EPS for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 502 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 503 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 504 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K Devices/End Points for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 505 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 506 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 507 Service Non Stock --- No CONSIGNEE INR (Y)Page 9 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K IPs for for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 508 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 509 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 510 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 511 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 512 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 80 | ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3 503 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 504 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K Devices/End Points for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 505 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 506 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 507 Service Non Stock --- No CONSIGNEE INR (Y)Page 9 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K IPs for for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 508 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 509 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 510 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 511 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 512 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 81 | ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 504 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K Devices/End Points for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 505 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 506 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 507 Service Non Stock --- No CONSIGNEE INR (Y)Page 9 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K IPs for for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 508 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 509 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 510 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 511 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 512 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 82 | ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50 K Devices/End Points for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 505 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 506 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 507 Service Non Stock --- No CONSIGNEE INR (Y)Page 9 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K IPs for for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 508 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 509 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 510 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 511 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 512 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 83 | ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 506 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 507 Service Non Stock --- No CONSIGNEE INR (Y)Page 9 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K IPs for for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 508 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 509 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 510 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 511 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 512 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 84 | ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 507 Service Non Stock --- No CONSIGNEE INR (Y)Page 9 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRIS |
| 85 | ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II)for 50K IPs for for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 508 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 509 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 510 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 511 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 512 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 86 | Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 509 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 510 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 511 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 512 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 87 | ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 510 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 511 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 512 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 88 | Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 511 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 512 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 89 | ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 512 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 90 | ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 513 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 91 | ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 514 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 92 | ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc for 7th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 515 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 93 | ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses). for 7th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 516 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3017 517 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 94 | Forensic Analyst Services as per Requirement for 7th YearAt (Location) GM/I&S, CRIS Delhi 150.00 HourPage 10 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENT |
| 95 | AMC Cost of Network Security Devices for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 518 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 96 | AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 519 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 97 | SOC Continuous Improvement for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 520 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 98 | ATS/Subscription of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 7th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 521 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 99 | Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 522 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 100 | Human Resource for Central SOC and Sub-SOC for 7th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 523 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 101 | Annual Training to IR/CRIS Official for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 524 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 102 | AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 7th YearAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersGroup 600-Price of ATS/AMC Subscription for 8th Year(Optional Item)1 601 Service Non Stock --- No CONSIGNEE INR (Y)ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 103 | ATS of SIEM (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K EPS for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers2 602 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 603 Service Non Stock --- No CONSIGNEE INR (Y)ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 104 | ATS/Subscription of SOAR (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearsAt (Location) GM/I&S, CRIS Delhi 1.00 NumbersPage 11 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRIS |
| 105 | ATS of UEBA (As per Technical Specification given in Annexure-III ,ANNEXURE-III of Tender Document Part-II ) of 1K Users for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers4 604 Service Non Stock --- No CONSIGNEE INR (Y)ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 106 | ATS of End Point Protection (Next Gen AV and EDR) (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) of 50K Devices/End Points for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers5 605 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 107 | ATS of Network Detection and Response (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 10 Gbps for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers6 606 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 108 | ATS of Vulnerability Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 20K Ips for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers7 607 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 109 | ATS of Patch Management (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 50K IPs for for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers8 608 Service Non Stock --- No CONSIGNEE INR (Y)Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 110 | Threat Intelligence Feed (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers9 609 Service Non Stock --- No CONSIGNEE INR (Y)ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 111 | ATS/Subscription of Threat Intelligence Platform (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers10 610 Service Non Stock --- No CONSIGNEE INR (Y)Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 112 | Dark Web/Deep Web and Brand Monitoring (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II) for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers11 611 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 113 | ATS of Asset discovery and ITSM Solution (As per Technical Specification given in Annexure-III, ANNEXURE-III of Tender Document Part-II ) for 1.75 Lakhs Assets for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers12 612 Service Non Stock --- No CONSIGNEE INR (Y)Page 12 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRIS |
| 114 | ATS Cost of Incremental EPS Licenses Sustainable (1 Unit =10000 EPS licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 4.00 Numbers13 613 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 115 | ATS Cost of Incremental Cost for EPP (Next Gen AV+EDR) Licenses (1 Unit =10000 EPP licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers14 614 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 116 | ATS Cost of Incremental Cost for Patch Management Licenses (1 Unit =10000 licenses) etc. for 8th YearAt (Location) GM/I&S, CRIS Delhi 11.00 Numbers15 615 Service Non Stock --- No CONSIGNEE INR (Y)ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 117 | ATS Cost of Incremental Cost for UEBA Licenses (1 Unit =1000 licenses) for 8th YearAt (Location) GM/I&S, CRIS Delhi 9.00 Numbers16 616 Service Non Stock --- No CONSIGNEE INR (Y)Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 118 | Forensic Analyst Services as per Requirement for 8th YearAt (Location) GM/I&S, CRIS Delhi 150.00 Hour17 617 Service Non Stock --- No CONSIGNEE INR (Y)AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 119 | AMC Cost of Network Security Devices for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers18 618 Service Non Stock --- No CONSIGNEE INR (Y)AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 120 | AMC cost of HW and Storage for Zones/PU (Asset Discovery,VM,PM,EPP and NDR) as per SLA,Scope of Work, Solution Architecture etc in Tender Document Part-II for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers19 619 Service Non Stock --- No CONSIGNEE INR (Y)SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 121 | SOC Continuous Improvement for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers20 620 Service Non Stock --- No CONSIGNEE INR (Y)ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 122 | ATS of Incremental Cost(1 Unit =2000 IPs) of Vulnerability Management for 8th YearAt (Location) GM/I&S, CRIS Delhi 5.00 Numbers21 621 Service Non Stock --- No CONSIGNEE INR (Y)Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 123 | Lease line/MPLS Connectivity as per requirement of IRSOC Proposed Architecture,SLA and Scope of Work for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers22 622 Service Non Stock --- No CONSIGNEE INR (Y)Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:30At (Location) GM/I&S, CRIS Delhi 1.00 Numbers23 623 Service Non Stock --- No CONSIGNEE INR (Y)Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302 OEM Undertaking :- A) The bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the same item/product. B)Bidder should provide Authorization letter for all the products as per make& model offered in the bid in the SoR. Document to be Submitted :-Authorization letter from the OEM specific to this tender as per Performagiven in Annexure VI of CRIS EGCC (Including modifications). In caseOEM bids directly, Self-certification and another document for being OEM.The authorization should include details of Tender No., Name and addressof the OEM and the bidder authorized and details of the products for whichthe bidder has been authorized. For More Details Please refer Section 18of Bid Document Part-II.3 Financial Turnover :-The bidder should have average annual turnover in Yes No AllowedINR/domestic in India of Rs. 1000 Cr. Or above during the last 03 financial (Mandatory)years 2020-21, 2021-22, and 2022-23. [Note: Lead Member or LeadPartner of the JV/ Consortium shall have minimum Rs 800 crores ofaverage turnover from last three FY to fulfil the Qualification Criteria] andbalance criteria to be fulfilled by other JV/ Consortium members. For MoreDetails Please refer Section 18 of Bid Document Part-II. Document to beSubmitted :- Audited copies of Balance Sheets/Profit & Loss Accounts/Annual Reports of last three financial years i.e. 2020-21, 2021-22, and2022-23 shall be submitted.4 Relevant Project/Work Experience :-Bidder should have Experience in Yes Yes AllowedSuccessful implementation/managing of SOC solutions For a Central/State (Optional)Govt. Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above) during lastSeven (07) financial years & current financial year ending last day of themonth previous to the one in which the tender is invited i.e 2017-18,2018-19,2019-2020, 2020-21, 2021-22,2022-23 and 2023-24 and current financialYear up to date of closing of this tender The Bidder must have successfullycompleted one contract with similar services costing not less than theamount equal to Rs. 22 Cr. OR Two contracts with similar services costingnot less than the amount equal to Rs. 18 Cr. Each OR Three contracts withsimilar services costing not less than the amount equal to Rs. 15 Cr. EachOR Four contracts with similar services costing not less than the amountequal to Rs. 13 Cr. Each The work order / Contract should be in the nameof the bidder. Definition of Similar Service is as per Bid Document Part-II.Document to be Submitted :i. Copy of Purchase order(s) or ContractAgreement(s) issued by customer and/or bidder ii. Copy of WorkCompletion / performance certificate issued by the customer..For MoreDetails Please refer Section 18 of Bid Document Part-II.( Click here to download Format)5 Declaration regarding banning/Suspension.:- The bidder should not be Yes Yes Allowedcurrently Banned/Suspended with any Government of India Agency/ PSU (Mandatory)on the date of closing of the Tender. [Note: All members of the JV/Consortium have to give this Declaration] Document to be Submitted :-Self-declaration as per Annexure-XXXI-Declaration of Non-Blacklisting is tobe given by Bidder authorized signatory and such declaration shall beattached along with the bid.For More Details Please refer Section 18 of BidDocument Part-II.( Click here to download Format)Page 15 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:306 Make In India:As per Section 31 Make In India Compliance: of Tender Yes Yes Alloweddocument Document to be Submitted :- For Cyber Security Products (Mandatory)Declaration/Certificate is to be provided with the bid as per Annexure II ofMeITY File No.1(10)/2017-CLES dated 06.12.2019 For Non-Cyber SecurityProducts:- Declaration/Certificate is to be provided and should be attachedalong with the bid as per Annexure XLVI.For More Details Please referSection 18 of Bid Document Part-II.( Click here to download Format)7 Land Border Compliance :-As per Section 32 Land Border Policy Yes Yes AllowedCompliance: - of Tender document Document to be Submitted:- Self- (Mandatory)Declaration is to be provided by the Bidder authorized signatory and shouldbe attached along with the bid as per Annexure XXXIX. For More DetailsPlease refer Section 18 of Bid Document Part-II.( Click here to download Format)8 Covering Letter as per Annexure XXVIII. Covering Letter stating the Bid Yes Yes AllowedValidity Period. (Optional)( Click here to download Format)9 Details of Bidder (in case of JV/ Consortium, this would need to be Yes Yes Allowedprovided for all the members) as per format in Annexure XLIII: Bidder & (Optional)Key OEM Self Information( Click here to download Format)10 Power of Attorney for signing of the Proposal as in Annexure XXX. Format Yes Yes Allowedfor Power of Attorney for signing of proposal (Optional)( Click here to download Format)11 In case of JV, Power of Attorney, in favour of Lead Member by all Yes Yes Allowedmembers of the JV/ Consortium as in Annexure-XXIX-Format for Power of (Optional)Attorney for Lead Member( Click here to download Format)12 In case of JV/ Consortium, Memorandum of Understanding as per the Yes Yes Allowedformat attached in Annexure-Annexure XXVI Format for Submission of (Optional)Consortium Agreement and Annexure XXVII .Format for Submission ofJoint Venture Agreement( Click here to download Format)13 Manufacturer Authorisation Forms as per Annexure XXXII.Proforma for Yes Yes AllowedManufacturers Authorisation Form (Optional)( Click here to download Format)14 Affidavit Certifying that the Bidder / Promoter(s)/ Director(s) of Bidder is not Yes Yes Allowedblacklisted/barred as in Annexure XXXI Declaration of Non-Blacklisting (Optional)( Click here to download Format)5. COMPLIANCE CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any complianceImportant :condition shall be opened as part of technical bid only.Check ListS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Checklist (Annexure-VI) for submission of Technical Evaluation. No No Not AllowedCommercial-ComplianceS.No. Description Confirmation Remarks DocumentsRequired Allowed UploadingPage 16 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:301 Please enter the percentage of local content in the material being offered. No Yes AllowedPlease enter 0 for fully imported items, and 100 for fully indigenous items. (Optional)The definition and calculation of local content shall be in accordance withthe Make in India policy as incorporated in the tender conditions.General InstructionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 The bids should be submitted in a two-bid packet as per EGCC. The work No No Not Allowedof the tender shall be carried out without disturbing the working of theexisting system if any. It shall be the responsibility of each bidder to fullyacquaint himself with all the Central and State Laws and Rules & localfactors which may have any effect on the performance of the contract andprice of the stores. The purchaser shall not entertain any request forclarifications from the bidder regarding such Central, State laws, Rules andlocal factors. Also, no request for change of price shall be entertained afterthe bidder submits the offer. Bidder must provide name, address, emailaddress, dedicated telephone/Fax number of their person as a single pointof contact for coordination with CRIS along with an escalation matrix. Thevalidity of the submitted tender will be 120 days from the date of closing ofthe tender. In case CRIS exercises the optional items for 6th/7th/8th Year,the bidder shall be liable to continue to provide the Services i.e.ATS,AMC,Services etc as specified in ongoing contract on same term andconditions during the currency period. Please refer Instruction to Bidder ofBid Document Part-II.Other ConditionsS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Scope of Work : Supply, Installation,Commissioning and Operation and No No Not AllowedMaintenance of ICT Infra and Offered Solutions for IRSOC. For details onScope of Work,Please refer Bid Document Part-II. Document to beSubmitted :- Bidding company point wise compliance in Yes/No, against allitems mentioned in the Scope of work section 5,6,8,9,11,12 and 13 of thisTender listing all the numbered points.2 As per Tender Document Part-II. Yes Yes Not AllowedPage 17 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:303 The terms and conditions as specified in the TENDER DOCUMENT and No No Not Allowedaddendums (if any) thereafter are final and binding on the bidders. In theevent the bidders not willing to accept the terms and conditions, Scope ofWork, or any clause mentioned in this TENDER DOCUMENT, the biddermay be disqualified. Any additional or different terms and conditionsproposed by the bidder would be rejected unless expressly assented to inwriting by the CRIS/IR and accepted by the CRIS/IR in writing OEM ofeach product and Solutions proposed in IRSOC should affirm that Productsoffered in this tender should be supported for total period of this contract.Any deviation/s should be treated as non-compliance and CRIS/IR shalltake action as per the terms and conditions of this contract and CRIS/IRGCC. Each OEM has to submit its declaration as per format provided inAnnexure-VII of this document. In case any component provided by thebidder does not meet the performance parameters mentioned by the bidderin the proposal, then the additional/replaced component will be immediatelyprovided and installed at the bidders expense and CRIS/IR shall not bearany expenses for same. The bidder shall undertake to provide appropriatehuman as well as other resources required, to execute the various tasksassigned as part of the project, from time to time. The CRIS/IR will not bearany additional costs incurred by the bidder for any discussion,presentation, demonstrations etc. on proposals or proposed contract or forany work performed in connection therewith. Please refer General Termsand Condition of Bid Document Part-II.Technical-CompliancesS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Item wise compliance to Technical Specifications for all the offered Yes Yes Allowedproducts duly vetted by respective OEMs.Please refer Annexure-III of Bid (Mandatory)Document Part-II. Sole/Lead Bidder & Respective OEMs( Click here to download Format)2 Item wise compliance to Functional Requirement Specifications.Please Yes Yes Allowedrefer Annexure-II of Bid Document Part-II. Sole/Lead Bidder & Respective (Mandatory)OEMs( Click here to download Format)3 Compliance with Technical Specification of Enterprise OS. Yes Yes Allowed( Click here to download Format) (Mandatory)4 Proposed solution along with deployment Architecture.Please refer Table-7 Yes Yes Allowedof Bid Document Part-II. (Mandatory)5 Make and Model of Offered Solutions/Products.Please refer Table-7 of Bid Yes Yes AllowedDocument Part-II. (Mandatory)( Click here to download Format)6 Bill of material (BOM) of offered products.The bidder must furnish the Yes Yes Allowedcomplete Bill of Material (BoM) of all the products on the letter head of the (Mandatory)OEM duly vetted by the respective OEM.Please refer Table-7 of BidDocument Part-II. Sole/Lead Bidder of JV/Consortium7 Quality management System :-A) Bidder should have a valid ISO Yes Yes Allowed9001:2015 Quality Management Certification on the date of closing of the (Mandatory)Tender. B) Bidder should have a valid ISO 20000 IT Service ManagementCertifications on the date of closing of the Tender C) Bidder should have avalid ISO 27001:2013 Information Security Management Certifications onthe date of closing of the Tender. Please refer Table-7 of Bid DocumentPart-II. Bidder has to ensure validity of above certifications during the entireperiod of Contract.Page 18 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:308 Compliance from OEMs :-Bidder shall submit compliance from each OEM Yes Yes Allowedof Proposed Solution that Activities identified in Clause 5.5.12 and 5.5.14 of (Mandatory)Bid Document Part-II shall be completed by OEM resources.Please referTable-7 of Bid Document Part-II.9 Product Support life cycle :-The bidder should submit valid letter from all Yes Yes Allowedthe OEMs confirming the following: A) The bidder shall furnish (Mandatory)documentary proof of back to back support for a period of 08 years fromthe respective OEMs of the offered products. B) Products quoted shall notbe declared End of life or end of sale products for next 8 Years from date ofsystem commissioning. C) OEM of the offered products shall beresponsible for successful Installation, implementation and Commissioningof the product. Document to be Submitted :-Documentary evidences suchas from all OEM/Vendors whose products are being quoted by the Bidderneed to be submitted as per format given in Annexure VII.Please referTable-7 of Bid Document Part-II.( Click here to download Format)10 Product Deployment :- The key products offered in the subject tender Yes Yes AllowedSIEM, SOAR, UEBA, EDR, Vulnerability Management, Patch (Mandatory)Management, Deep Web/Dark Web & Brand Monitoring, ThreatIntelligence Platform, Threat Intel Feed, NDR etc software should have atleast 3 deployments in Data Centre in India for each product in thepreceding 5 financial years including current year up to date of closing ofthis tender. i.e. 2019-20,2020-21, 2021-22, 2022-23,2023-24 and currentfinancial year up to the date of closing of tender. Above Deployment shouldhave been done For a Central/State Govt. Department/Organization/Autonomous body/PSU/Semi-Govt. Organization/Local Body/Authority or aPublic Listed Company in India (having average annual Turnover of Rs.500Crore & above). Document to be Submitted :- OEM of each of the productneed to submit undertaking in this regard giving details of the installation(product model/version number, no of licenses etc.), customer detailsincluding contact details, date of issue of PO as per format given inAnnexure-IX. Incase of any NDA, Annexure-LIII Project Experience of theOEM should be submitted.Please refer Table-7 of Bid Document Part-II.11 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Please refer Table-7 of Bid Document Part-II.12 Bidders Experience in implementation of 3 on premises Security Yes Yes Allowedoperations/Managed SOC Centre having SIEM and 3 other Security (Mandatory)Products from EDR, UEBA SOAR, NDR/NBAD,Threat Intelligence Feed,Threat Intelligence Platform, Vulnerability Management, PatchManagement. Min 3 Certificate/Client Satisfactory letter/PO/Work OrderCopy etc for a Central/State Govt. Department/Organization/ Autonomousbody/PSU/Semi-Govt. Organization/Local Body/Authority or a Public ListedCompany in India (having average annual Turnover of Rs.500 Crore &above) for Successful implementation or ongoing on-premise SecurityOperation Centre Clearly Indicating all Security Monitoring Solutionsimplemented as part of SOC. The WO / letter should be in the name of thebidder and clearly mention the scope of work and same should in thepreceding 7 financial years including current year up to date of closing ofthis tender. i.e.2017-18,2018-19,2019-20,2020-21, 2021-22,2022-23 , 2023-24 and current financial year up to the date of closing of tender. For moreDetails Please refer Bid Document Part-II.13 The Bidder has experienced of managing SOC of 50000 EPS from a single Yes Yes AllowedOrganisation/Customer Please refer Table-7 of Bid Document Part-II (Mandatory)Page 19 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:3014 Bidders Experience in managing Security Operation Center.Min 3 Yes Yes AllowedCertificate/Client Satisfactory letter (For a Central/State Govt. (Mandatory)Department/Organization/ Autonomous body/PSU/Semi-Govt.Organization/Local Body/Authority or a Public Listed Company in India(having average annual Turnover of Rs.500 Crore & above)) for managingon premises Security Operation Center ongoing within India the preceding7 financial years including current year up to date of closing of this tender.i.e. 2017-18,2018-19,02019-20,2020-21, 2021-22, 2022-23 ,2023-24 andcurrent financial year up to the date of closing of tender Please refer Table-7 of Bid Document Part-II.15 Availability of Cyber Security Professional :- Minimum of 200 cyber Yes Yes Allowedsecurity and information security professionals must be on the bidders (Mandatory)payroll in India. [80% of Requirement shall be met by Sole/Lead Bidder ofJV/Consortium, Rest 20% can be met by other members ofJV/Consortium] Please refer Table-7 of Bid Document Part-II.16 Bidder shall submit compliance from each OEM of Proposed Solution that Yes Yes AllowedActivities identified in Clause 5.5.12 and 5.5.14 shall be completed by OEM (Mandatory)resources. Declaration from OEM on their Letter head Indicatingcompliance with Clause 5.5.12 and 5.5.14 of Bid Document Part-II. Pleaserefer Table-7 of Bid Document Part-II.17 OEM Undertaking :- The Bidder shall be an original equipment Yes Yes Allowedmanufacturer (OEM) or an authorized representative of the respective (Mandatory)OEMs. Whenever an authorized Agent/ Representative submit bid onbehalf of the OEM, the same agent/representative shall not submit a bid onbehalf of another OEM in the same tender for the sameitem/product/services. MSI shall provide Authorization letter for all theproducts / services as per make & model offered in the bid in the SoR.Authorization letter from OEM specific to this tender as per samplePerforma given in Annexure-XXXII-Proforma for ManufacturersAuthorisation Form.The authorization shall include details of Tender No.,Name and address of the OEM and the Bidder authorized and details of theproducts / services (name and model No.) for which the Bidder has beenauthorized. In case OEM bids directly, Self-certification and relevantsupporting documents, ISO certificates etc., for being OEM to be provided.OEM shall also submit undertaking as mentioned in Annexure-VII:Undertaking Letter from OEM for Back-end support of this tenderdocument (i.e., undertaking from OEM for backend support)18 Declaration from Each OEM regarding Scalable Architecture for future Yes Yes AllowedGrowth :-The OEM of each of the offered solutions should submit (Mandatory)undertaking that the Offered Solution can scale and meet futurerequirement of IR. SIEM: - 150000 EPS EPP (Next Gen AV+ EDR): -300000 Ips NDR: - 60 Gbps Vulnerability Management: - 50000 Ips PatchManagement: -300000 Ips Asset Discovery and ITSM (3 Lakh Assets)Please refer Table-7 of Bid Document Part-II.( Click here to download Format)6. DOCUMENTS ATTACHED WITH TENDERS.No. Document Name Document Description1 5019453.pdf Bid_Document_Part_II_10.07.2024The tenderers in their bid shall indicate the details of their GST Jurisdictional Assessing Officers (Designation, Address &email id). In case of a contract award, a copy of Purchase Order shall be immediately forwarded by Purchaser to theGST Jurisdictional assessing officer mentioned in Tenderers bidThis tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.Page 20 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENTTender No 01245211 Closing Date/Time 14/08/2024 15:302015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.Digitally Signed By AMP-III ( ANIL RAWAT ) |
| 124 | Human Resource for Central SOC and Sub-SOC for 8th Year as per HR Requirement,SLA,Scope of Work defined in Tender Document Part-IIPage 13 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRISTENDER DOCUMENT |
| 125 | Annual Training to IR/CRIS Official for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers24 624 Service Non Stock --- No CONSIGNEE INR (Y)AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers3. T AND CF.O.RDescriptionDestinationDelivery PeriodDescription Delivery /Completion Rate of SupplyFor all items Completion : Within 280 Days 40 weeks from thedate of the issuance ofPurchase Order.ForMore Details Pleaserefer Section 22 and 25of Bid Document PartII.Payment TermsS.No DescriptionPayment Terms1 As per Section 29 of Bid Document Part II.4. ELIGIBILITY CONDITIONSAll documents uploaded and remarks / confirmation entered by the bidders against any eligibility conditionImportant :shall be opened as part of technical bid onlySpecial Eligibility CriteriaS.No. Description Confirmation Remarks DocumentsRequired Allowed Uploading1 Company Existence :- The bidder should be a Private/Public Company Yes Yes Allowedregistered under Companies Act 2013 or a registered cooperative society (Mandatory)or Proprietorship/Partnership firm and should be registered for more than 5years as on date of closing of tender. [Note: Lead Member or Lead Partnerof the JV/Consortium has to fulfil the Qualification Criteria] Bidder has tosubmit Certificate of Incorporation, copy of Articles of Association (in caseof registered firm), Bye Laws & certificates of registration (in case ofregistered cooperative society), Partnership deed (in case of partnershipfirm) and establishment registration certificate (in case of Proprietorshipfirm) should be attached. For More Details Please refer Section 18 of BidDocument Part-II.Page 14 of 21 Run Date/Time: 12/07/2024 14:08:26PROCUREMENT/CRIS |
| 126 | AMC of Video Wall and Other Accessories for setting up Central SOC and Sub-SOC for 8th YearAt (Location) GM/I&S, CRIS Delhi 1.00 Numbers |
Copyright © 2026 ยท All Rights Reserved. Terms of Usage | Privacy Policy
For Tender Information Services Visit : TenderDetail