RFPV2
RFPV2
2024
Page 1 of 97
Notice Inviting Tender (NIT)
RFP No. 03/UPPCL/RAPDRP-A/CSSI/2024 Dated: 23.02.2024
E-tenders are invited in two parts (Part-I Technical and Part II Financial) for Selection of Cyber Security
System Integrator for Cyber Security Tools for PuVVNL, MVVNL, DVVNL, PVVNL, KESCo. Bid
document (RFP) is available online on https://etender.up.nic.in as per particulars indicated below. Any
changes in the Bid Schedule, corrigendum etc. shall also be notified via same website. Prospective bidders are
therefore requested to regularly check the website for any updates.
S.N. Particulars Details
1 e-Tendering Notice no. 03/UPPCL/RAPDRP-A/CSSI/2024
2 e-Bid Portal https://etender.up.nic.in
3 Name of Work Selection of Cyber Security System Integrator for Cyber
Security Tools for PuVVNL, MVVNL, DVVNL,
PVVNL, KESCo
4 Tender Cost Rs. 11,800 (Inclusive of GST @ 18%) (Non-refundable)
5 Earnest Money Deposit (EMD) Rs. 60,00,000.00 (Rs. Sixty Lacs)(Refundable)
6 Document sale start date 11.09.2024 1000 Hrs onwards
7 e-Bid submission start date 11.09.2024 1000 Hrs onwards
8 Pre-Bid Meeting* 21.09.2024 1200 Hrs at Shakti Bhawan Lucknow
9 Document sale end date/time 30.09.2024 1700 Hrs
10 e-Bid submission end date/time 30.09.2024 1700 Hrs
11 Opening date of e-bid part-I 01.10.2024 1400 Hrs
12 Opening date of e-bid part-II To be notified later
Bids are invited from the competent firms, accompanied with the prescribed Earnest Money Deposit and
Tender fee drawn in favor of following account: -
Bank Name State Bank of India
Branch Name and Address 14, Ashok Marg, Hazratganj, Lucknow
Account No 10101987510
Account Name UPPCL ELY KEND BHU PRA EXP A/C
IFSC Code SBIN0003347
ACCOUNTS OFFICER, CENTRAL PAYMENT CELL,
Unit Name
UPPCL
Note: Bid shall be accepted through the e-tender portal. Tender issuing authority is not responsible for the
delay/downloading of tender document by the recipient due to any problem in accessing the e-tender website.
The tender issuing authority is also not responsible for delay in uploading bids due to any problem in the e-
tender website’.
Further details are available at website: https://etender.up.nic.in
UPPCL reserves the right to reject any or all proposals or cancel the bid without assigning any reason thereof.
Superintending Engineer(IT)-III,
RAPDRP-A/IT,U.P. Power Corporation Ltd, 5th Floor,
Shakti Bhawan Extension,14 Ashok Marg,Lucknow – 226001
Email: se.it3@uppcl.org
Page 2 of 97
Sections of RFP
1 Section: 1 Introduction
Page 3 of 97
Section-1
Introduction
About UPPCL
1. The creation of Uttar Pradesh Power Corporation Ltd. (UPPCL) on January 14, 2000 is the
result of power sector reforms and restructuring in UP (India) which is the focal point of the
Power Sector, responsible for planning and managing the sector through its transmission,
distribution and supply of electricity.
Uttar Pradesh Power Corporation Ltd. (UPPCL) will be professionally managed utility
supplying reliable and cost-efficient electricity to every citizen of the state through highly
motivated employees and state of art technologies, providing an economic return to our owners
and maintaining leadership in the country.
2. Uttar Pradesh Power Corporation Limited (UPPCL) is divided in the following Power
Companies as follows –
i. Poorvanchal Vidyut Vitran Nigam Limited (PuVVNL),
ii. Madhyanchal Vidyut Vitran Nigam Limited (MVVNL),
iii. Dakshinanchal Vidyut Vitran Nigam Limited (DVVNL),
iv. Paschimanchal Vidyut Vitran Nigam Limited (PVVNL),
v. Kanpur Electricity Supply Company (KESCO)
vi. Uttar Pradesh Power Transmission Corporation Limited (UPPTCL)
vii. Uttar Pradesh State Load Dispatch Center (UPSLDC)
Each of these companies will be responsible for the efficient management and distribution of power
within their respective geographical areas, ensuring a more focused and customer-centric approach.
Objective
UPPCL has implemented many online systems to facilitate its consumers and employees and doing
continuous efforts to make online systems more robust and efficient. To achieve a reliable IT system, it
is very important to have a secured system. With the day-to-day enhancement in technology, a secured
IT system in place becomes the first priority. To strengthen the security of the system, it is very
important to enhance system security.
In view of the growing use of IT and the evolving new threat environment, UPPCL has decided to
enhance Current Security landscape (integrate (Security Information and event management (SIEM),
Security Orchestration, Automation, and Response (SOAR), Network Intrusion Prevention System,
Host Based Intrusion Prevention System, Next Generation Firewall - DC, DR, Network Behavior
Analysis, Malware Analytics, Data Traffic Flow Analyzer, Secure Workload) and integration of new
set of cyber security tools such as Unified End Point Management (UEM), End point Detection and
Response (EDR), Secure Service Edge (SSE), Privileged Access Management (PAM) for hybrid
Infrastructure and End-points, Database Activity Monitoring (DAM), Anti-Distributed Denial of
Service (Anti-DDoS), for better security monitoring and response capabilities
UPPCL has decided to invite bids from System Integrators (SIs) for design, implement and Integration
of Security solutions mentioned in this document to provide comprehensive cyber security posture for
PuVVNL, MVVNL, DVVNL, PVVNL and KESCo. The selected Bidder will be responsible for
implementing security tools asked in this RFP (as per the details mentioned in the Bill of Quantity
(BoQ)) and also integrate the same with existing security systems and SIEM.
Page 4 of 97
Section – 2
Eligibility Criteria
1.1 The Bidder should be a company registered under the i. Certificate of incorporation /
provisions of the Indian Companies Act, 1956 / 2013 or ii. GST Registration
the Limited Liability Partnerships Act, 2008 or by the act iii. Certificate of commencement of
of parliament or by the central or state legislature. business (if applicable)
1.2 The Bidder should have at least CMMi level 3 valid Copy of certification from authorized
certificate certification body valid as on date of
opening of the bid
1.3 The Bidder should be authorized system integrator / Manufacturer’s Authorization Form /
implementation partner of the following listed OEMs Letter from OEM of offered OEM
Product(s) for sale, support, and services- Product(s)
1. UEM (Unified End point Management)
2. Endpoint Detection and Response (EDR)
3. Secure Access Service Edge (SSE)
4. PAM (Privileged Access Management)
5. Anti-DDoS (Anti-Distributed Denial of Service)
6. DAM (Database Activity Monitoring)
The Bidder should not be blacklisted or debarred by any The Bidder member shall submit self-
govt. organization or public sector organization as on the declaration from Company Secretary
1.4
date of opening of the bid.
The Bidder must have at least more than 200 full time Copy of Self-declaration Certificate from
resources on their roles for the IT implementation services Company Secretary.
out of which 20 professionals should be from Cyber
Security related implementation works with certifications
1.5
from any or combination of the following
1 CISSP
2 CISM
Page 5 of 97
S. No. Requirements Supporting Documents
3 CISA
4 COMPTIA Security A+
5 CEH
Page 6 of 97
S. No. Requirements Supporting Documents
3.2 The Bidder should have successfully implemented IT For Completed Projects: Bidders must
System Integration Projects in India last 5 years (FY provide the necessary Purchase order /
2019-20, 2020-21, 2021-22, 2022-23 and 2023-24), LOI / Contract Agreement. Further Bidder
with at least any three (3) must provide the successful completion
of the following listed technologies (combined or certificate from the client. Successful
completion shall include at least one-year
separate projects) and must have implemented at least
FMS after Go-Live.
any two (2) of the following listed technologies in a
Central/State Government/ PSUs/ BFSI Sector (only For On-going Projects:
BSE/NSE listed companies)/ Public Sector Banks -
Bidders must provide the necessary
1. UEM (Unified Endpoint Management) Purchase order / LOI / Contract
2. Endpoint Detection and Response (EDR) Agreement. Further Bidder must provide a
3. Security Service Edge (SSE) letter from the client explicitly mentioning
4. PAM (Privileged Access Management) that the project has successfully achieved
5. Anti-DDOS (Distributed Denial of Service) full or partial Go-Live Status.
6. DAM (Database Activity Monitoring)
4.1 The offered UEM OEM Should have presence in India, at-
Confirming the same in Company letter
least for a period 3 years and have registered office, Sales,
head duly signed by authorized signatory.
support in place.
4.2 The offered UEM OEM must be listed in the Leadership or
Challenger Quadrant in the Latest Gartner Report or in Supporting Documents by OEM should be
Leaders or Strong Performers quadrant in the latest submitted by the bidder
Forrester wave Reports.
4.3 The offered UEM OEM product should have been
successfully implemented at least 3 (three) UEM Projects
OEM must provide the necessary Purchase
in India in last 5 years with at least 2000 Endpoints in each
order / LOI / Contract Agreement. Further
project.
OEM must provide a letter from the client
Out of the three (3) projects at least One (1) project must
explicitly mentioning that the offered
have been implemented in a Central / State PSU/
product has been successfully
Government Organization/Public Sector Bank/Public
implemented.
Listed Companies/BFSI with not less than 5000 end
points.
Page 7 of 97
S. No. Requirements Supporting Documents
4.4 The offered UEM OEM should have Service Level
Agreement (SLA) based support for offered products &
Details with address of Support Centers /
related issues with first level support point in India, which
TAC India, along with Self Certification
should be available on 24x7x365basis.
by the authorized signatory of the UEM
The Technical Assistance Centers (TAC) / Support Centre
OEM
based in India should offer post-sales support including
Tele- Support for the offered products & related issues.
4.5 The offered UEM OEM must comply Technical UEM OEM Self-Declaration from the
Specifications listed in this scope of RFP (Section-3 and authorized legal signatory on signed letter
Section-4) and should be available from day 1. head
4.6 The offered UEM OEM should not be debarred and / or
blacklisted by any organizations of Govt. of India/State OEM Self-Declaration from the authorized
Government/PSU/Public Sector Banks as on last date of sig on signed letter head
bid submission.
4.7 The UEM OEM will ensure that all data collected or
processed under this contract must be stored and managed UEM OEM Self-Declaration from the
within India only. Any transfer outside India jurisdiction authorized legal signatory on signed letter
requires explicit consent. Non-compliance may result in head
contract termination.
5. The technical requirements of qualification of Endpoint Detection and Response (EDR) OEM are
follows:
5.1 The offered EDR OEM Should have presence in India, at-
Confirming the same in Company letter
least for a period 3 years and have registered office, Sales,
head duly signed by authorized signatory.
support in place.
5.2 The offered EDR OEM must be listed in the Leadership or
Challenger Quadrant in the Latest Gartner Report or in Supporting Documents by OEM should be
Leaders or Strong Performers quadrant in the latest submitted by the bidder
Forrester wave Reports.
Page 8 of 97
S. No. Requirements Supporting Documents
5.6 The offered EDR OEM should not be debarred and / or
blacklisted by any organizations of Govt. of India/State OEM Self-Declaration from the authorized
Government/PSU/Public Sector Banks as on last date of sig on signed letter head
bid submission.
5.7 The EDR OEM will ensure that all data collected or
processed under this contract must be stored and managed EDR OEM Self-Declaration from the
within India only. Any transfer outside India jurisdiction authorized legal signatory on signed letter
requires explicit consent. Non-compliance may result in head
contract termination.
6. The technical and financial requirements of qualification of Security Service Edge (SSE) OEM are as
follows:
6.1 The offered SSE OEM Should have presence in India, at-
Confirming the same in Company letter
least for a period 3 years and have registered office, Sales,
head duly signed by authorized signatory.
support in place.
6.2 The offered SSE OEM must be listed in the
Leadership or Challenger Quadrant in the Latest Supporting Documents by OEM should be
Gartner Report or in Leaders or Strong Performers submitted by the bidder
quadrant in the Forrester wave Reports.
6.3 The offered SSE OEM product should have been
successfully implemented at least 3 (three) SSE Projects in
OEM must provide the necessary Purchase
India in last 5 years with at least 2000 Endpoints in each
order / LOI / Contract Agreement. Further
project.
OEM must provide a letter from the client
Out of the three (3) projects at least One (1) project must
explicitly mentioning that the offered
have been implemented in a Central / State PSU/
product has been successfully
Government Organization/Public Sector Bank/Public
implemented.
Listed Companies/BFSI with not less than 5000 end
points.
6.4
The offered SSE OEM should have Service Level
Agreement (SLA) based support for offered products &
related issues with first level support point in India, which Details with address of Support Centers /
should be available on 24x7x365basis. TAC India, along with Self Certification
by the authorized signatory of the SSE
The Technical Assistance Centers (TAC) / Support Centre OEM
based in India should offer post-sales support including
Tele- Support for the offered products & related issues
6.5 The offered SSE OEM must comply Technical SSE OEM Self-Declaration from the
Specifications listed in this scope of RFP (Section-3 and authorized legal signatory on signed letter
Section-4) and should be available from day 1. head
6.6 The offered SSE OEM should not be debarred and / or
blacklisted by any organizations of Govt. of India/State OEM Self-Declaration from the authorized
Government/PSU/Public Sector Banks as on last date of sign on signed letter head
bid submission.
Page 9 of 97
S. No. Requirements Supporting Documents
6.7 The SSE OEM cloud dataplane/ datacenter location must
SSE OEM Self-Declaration from the
be within India and No end users transaction processing authorized legal signatory on signed letter
should move out of country for any inspection head
7. The technical and financial requirements of qualification of Privileged Access Management (PAM)
OEM are as follows:
7.1 The offered PAM OEM Should have presence in India, at-
Confirming the same in Company letter
least for a period 3 years and have registered office, Sales,
head duly signed by authorized signatory.
support in place.
7.2 The offered PAM OEM must be in the Leadership or
Supporting Documents by OEM should be
Challengers Latest Gartner Magic Quadrant or in leaders
submitted by the bidder
or strong performers in the Forrester wave Reports.
7.5 The offered PAM OEM must comply Technical PAM OEM Self-Declaration from the
Specifications listed in this scope of RFP (Section-3 and authorized legal signatory on signed letter
Section-4) and should be available from day 1. head
7.6 The offered PAM OEM should not be debarred and / or
blacklisted by any organizations of Govt. of India/State OEM Self-Declaration from the authorized
Government/PSU/Public Sector Banks as on last date of sig on signed letter head
bid submission.
7.7 The Offered PIM/PAM OEM Solution must be certified Supporting Documents by OEM should be
for Common Criteria Certificate EAL 2+. submitted by the bidder
7.8 Supporting Documents by OEM should be
The Offered PAM OEM should have a SOC2 certification
submitted by the bidder
7.9 The PAM OEM will ensure that all data collected or PAM OEM Self-Declaration from the
processed under this contract must be stored and managed authorized legal signatory on signed letter
within India only. Any transfer outside India jurisdiction head
Page 10 of 97
S. No. Requirements Supporting Documents
requires explicit consent. Non-compliance may result in
contract termination.
8.4
The offered Anti-DDOS OEM must comply Technical DDOS OEM Self-Declaration from the
Specifications listed in this scope of RFP (Section-3 and authorized legal signatory on signed letter
Section-4) and should be available from day 1. head
Page 11 of 97
S. No. Requirements Supporting Documents
9.1 The offered DAM OEM Should have presence in India, at-
Confirming the same in Company letter
least for a period 3 years and have registered office, Sales,
head duly signed by authorized signatory.
support in place.
9.2 The offered DAM OEM must be in the Leadership
Section in the Latest Kuppinger Cole Leadership or
Supporting Documents by OEM should be
Challenger Compass for Data Security. submutted by the bidder.
No Gartner report available as since Gartner does not
evaluate DAM tool.
9.3
The offered DAM OEM product should have been
successfully implemented at least three (3) DAM Projects OEM must provide the necessary Purchase
in India in last 5 years with at least 50 Database Servers. order / LOI / Contract Agreement. Further
Out of the three (3) projects at least One (1) project must OEM must provide a letter from the client
have been implemented in a Central / State PSU/ explicitly mentioning that the offered
Government Organization/Public Sector Bank/Public product has been successfully
Listed Companies/BFSI with not less than 50 database implemented.
servers.
9.5 The offered DAM OEM must comply Technical DAM OEM Self-Declaration from the
Specifications listed in this scope of RFP (Section-3 and authorized legal signatory on signed letter
Section-4) and should be available from day 1. head
9.6 The offered DAM OEM should not be debarred and / or
blacklisted by any organizations of Govt. of India/State OEM Self-Declaration from the authorized
Government/PSU/Public Sector Banks as on last date of sig on signed letter head
bid submission.
9.7 The DAM OEM will ensure that all data collected or
processed under this contract must be stored and managed DAM OEM Self-Declaration from the
within India only. Any transfer outside India jurisdiction authorized legal signatory on signed letter
requires explicit consent. Non-compliance may result in head
contract termination.
Page 12 of 97
2.2.2 Technical Evaluation Criteria -
Sr. Maximum
Requirements Scoring
No. Marks
1.
The Bidder must have 50 cyber
security certified resources of
20 <=Certified Resources <=30: 5
certification of either of these:
Marks
CISSP/ CISM/ CISA/ COMPTIA
Security A+/CEH on its payroll 15
I 30 < Certified Resources <=40: 10
Marks
i.
40 < Certified Resources : 15 Marks
2.
The Bidder should have successfully
implemented IT System Integration
Projects in India in last 5 years (FY
2019-20 2020-21, 2021-22, 2022-23
and 2023-24) with at least any
three(3) of the following listed
technologies (combined or separate
projects) :
Page 13 of 97
Sr. Maximum
Requirements Scoring
No. Marks
3.
The Bidder should have implemented 10
and maintained licenses for more
than 2000 end-points in any
Central/State PSU/Government
Organization/ Public Sector Banks
/BFSI /Listed Companies in any three
(3) for the following technologies.
Page 14 of 97
Note:
a. Bidder(s) shall upload an undertaking certifying that all the information, documents and CVs
furnished along with the Bid are true and correct, and Bidder(s) shall be fully responsible for the
correctness of the information, documents and CVs submitted.
b. In case of non-furnishing the requisite documents along with the bid, the bid will be considered
non-responsive, and the bid may be summarily rejected.
c. The minimum qualifying marks in this Section 2.2.2 “Technical evaluation criteria” is 75.
d. The bidders who will qualify in Section 2.2.1 “Minimum Eligibility Requirements” will be evaluated
further for Section 2.2.2 “Technical evaluation criteria”.
e. Price bid of only those bidders, who will be having technical score in Section 2.2.2 “Technical
evaluation criteria” at least 75, will be opened and evaluated further.
Page 15 of 97
Section 3
Scope of Work
3.1 Current Setup-
1. UPPCL and it’s Discoms have the following IT Systems in place to provide various services to its
consumers, vendors and employees-
System
S. No. Application Implementation OEM Hosted at
Agency
DC Lucknow/
1 ERP - Finance, HR, MM, Projects Accenture SAP
DR Noida
2 UPPCL GIS System (RAPDRP+IPDS) Ceinsys Tech Ltd ESRI Azure Cloud
Page 16 of 97
in 5 Discoms
Indiaideas.com
18 Payment Gateway java Mumbai
(Billdesk)
Banking Systems / Kiosks /ATM/ POS Onboard Banks – java and .net At various
19
Machine Various technologies locations
To be
migrated in
27 Kesco Online Billing System (Kanpur) Fluentgrid m-Power
new RMS
system
Page 17 of 97
. Net
36 UPPCL Website Omninet Tech Azure Cloud
Technology
. Net
37 IGRS Portal Omninet Tech Azure Cloud
Technology
Internal . Net
38 Library Management Portal Azure Cloud
Development Team Technology
. Net
39 Office Order Portal Omninet Tech Azure Cloud
Technology
Advance Metering Infrastructure Service Different Technologies- Yet
40 Various Agencies
Providers to be implemented
2. The above system applications are being used by all Discoms viz. 1- PuVVNL, 2- MVVNL, 3-
DVVNL, 4- PVVNL and 5- KESCo.
3. These applications and systems are designed to serve more than 3.4 Crore consumers and 32
thousand employees across all Discoms.
4. There are few systems which are being used by the Discoms for their specific requirements which
are as below-
Page 18 of 97
Supply of IT Hardware and
software with Installation,
Testing, Commissioning, Data M/s Axis infoline Pvt
12
Migration & 3 Years ATS Ltd.
Services of Secure Meter AMR
Application in Kesco.
Work of Data Recovery Server
M/s ACME Digital
13 online basis with Hardware
Solutions. Pvt. Ltd
Software & Service Support.
Design, development and
M/s Infinite Computer
14 operation of Revenue
Solution India Ltd.
management Application
Facilitating the cloud based M/s Navyal Softech
15 server and Environment Solution Pvt. Ltd
M/s Vitologic Infra
16 Cyber Security
Pvt. Ltd.
M/s GEO Space
17 Real Time Modem
Maping Solutions
5. Integration of Systems- There are integrations among above mentioned IT systems as well as with
external systems such as online payment gateway aggregators, GST, Multipoint, Prepaid Meters,
Smart Meters. Also, after smart meter implementation under AMISP integrations will increase.
6. There are field offices, Discom headquarters and UPPCL headquarter from where employees are
accessing various applications listed above-
Quantity of Field Offices
Page 19 of 97
7. The above locations are connected through MPLS connectivity at approximately 4000 locations and
approximately 17000 end point devices (computer systems, router, switch etc.) are connected.
8. Presently the following cyber security tools are implemented with the SAP-ERP solution stack with
the following tools-
S. No. Security Tools Quantity Throughput/ OEM
Quantity
1. Data Traffic Flow Analyzer 2 NA, Unlimited Flow License Cisco
9. Requirements: -
9.1. Integration of Existing tools with complete IT Ecosystem- The cyber security tools mentioned in
point 8 are integrated with ERP Solution stack which is hosted in Data Center Lucknow.
9.2. The existing tools i.e. Security Information and event management (SIEM), Security Orchestration,
Automation, and Response (SOAR), Network Intrusion Prevention System (NIPS), Host Based
Intrusion Prevention System (HIPS), Next Generation Firewall - DC, DR, Network Behavior
Analysis, Malware Analytics, Data Traffic Flow Analyzer, Secure Workload needs to be integrated
with all traffic/applications/systems of Data Center Lucknow, Disaster Recovery Center Noida,
Oracle Cloud and Azure Cloud infrastructure.
9.3. These tools has to be integrated with complete IT eco system of UPPCL/Discoms which is
summarized in point 1 and 4 -
10. End point Security and other advance security systems (New Procurement and Implementation)-
The following tools also needs to be procured and integrated with completed IT ecosystem of UPPCL
/Discoms-
S. No. Particulars
Part-A : Components
A.1 Unified Endpoint Management (UEM)
A.2 Endpoint Detection and Response (EDR)
A.3 Secure Access Service Edge (SSE)
A.4 Privileged Access Management
A.5 Database Security (DAM)
Page 20 of 97
A.6 Anti-DDOS Solution
Part-B: Project Implementation Services
Page 21 of 97
13.2Bidders need to propose the Hardware Sizing requirement for above tools. All servers /compute
/storage etc will be given by the bidder (on cloud/on premise). For any other requirement like
Operating System, Database etc, Bidder need to factor in their commercials.
13.3The bidder will own the responsibility of AMC of the System as per defined SLAs. The
Appliances/ Hardware proposed by the bidder should be rack mountable at DC/DR, if applicable.
Bidder should ensure that the any newly supplied Equipment’s will not be declared End of sale
within 60 months of the date of delivery and EOSL within the contract period. The software
supplied must be the latest version of the OEM. Beta versions of any software shall not be
accepted.
13.4In case of Cloud based solution, the cloud dataplane/ datacenter location must be within India
and No end users transaction processing should move out of country for any inspection. Non-
compliance may result in breach and consequent contract termination.
13.5These tools must be integrated with UPPCL existing security solutions mentioned at point 8 so
that UPPCL can have the centralized view of the overall security posture and any
threats/vulnerabilities can be mitigated.
i. The CSSI will integrate new tools with CSOC’s Security Management Dashboard.
ii. The bidder shall impart training to the UPPCL identified officials/Agency, at a location suggested
by UPPCL covering the following areas:
I. Deployed Solution Architecture and flow
II. Functionalities & configuring.
Page 22 of 97
n. The Bidder will be responsible of integration of all the cyber security solutions with the existing
or any new security solutions procured by UPPCL, if required, the UPPCL shall provide adequate
support to bidder for the purpose of integration.
o. UPPCL will not take any responsibility of any assumptions made by the bidder. It is the
responsibility of the bidder to ensure successful implementation/integration of the cyber security
solution as per RFP.
p. The proposal submitted by the bidder should be a No-Deviation Bid, any assumption, deviation,
or conditions quoted by the bidder anywhere in the proposal stands null & void.
q. The Successful bidder must ensure that all the solution(s) supplied as a part of the RFP are
compatible and work along with the applicable existing deployed endpoints /servers/
devices/solutions in UPPCL as per scope of Tender.
r. The bidder should submit an authorization letter from the OEM whose solution/product is being
quoted.
s. The Bidder shall adhere to the IT Policy / Information Security Policy of UPPCL.
t. Where ever applicable the bidder shall comply with the guidelines issued by NCIIPC , CERT-IN
& CEA
2. The new Security solutions proposed to be deployed under scope of this RFP, should be complete in
all respects. There should not be any deployment dependency on any other third- party solution/
licenses/ tools for implementation of proposed solutions. In case any such requirement of additional
third-party solution/ licenses/ appliances for virtual software tools is there for implementation of
proposed solution, the same should be clearly factored in the costing/ commercial details by the bidder
under this RFP and the successful bidder must provide these third-party solutions/ licenses/ tools.
3. The bidder should provide all technical and operational support to UPPCL Cyber Security Operation
Center team and agencies so that all vulnerabilities, threats, attacks can be mitigated timely.
4. Bidder has to submit an implementation plan and the details of plan should not be limited to
Architecture Diagram, low level detailed network diagram considering the interfaces, peer
connectivity, VM details, etc. along with project schedule date for deployment of new security
solutions proposed as per this RFP.
5. The successful bidder also has to prepare solution-wise architecture diagrams (HLD and LLD) with
proper version controls and the same need to be reviewed on a quarterly basis without any delay.
6. The bidder/OEM must do implementation and integration of new security solutions and upgradation
& also integration of existing solutions under scope of this RFP. The deployment and full
implementation of all the solutions must be taken care of by respective bidder/OEM till successful
handover/Sign-Off of the solution to UPPCL.
7. Prior to configuration and integration of any Security solution, the bidder needs to understand the
requirements of UPPCL and prepare a detailed implementation plan. On approval of the same by
UPPCL, integration of the solution needs to be carried out. Detailed solution architecture, design,
traffic flow and policies (existing) should be documented. Deployment of the solution will start only
after acceptance by UPPCL.
8. Successful Bidder has to provide implementation reports for all the solutions on a daily basis for
executive reporting in addition to the detailed reports. Some of the reports may be required multiple
times in a day. UPPCL may also ask customized reports of any solution based on UPPCL’s
requirement and the same has to be provided.
9. Any feature available in the new proposed solutions to be deployed but not being implemented at
present, is to be implemented by the successful bidder/ new Service Provider later during the Contract
Period as per requirement of the UPPCL, at no extra cost to the UPPCL.
10. All the services listed below should be delivered by the Bidder:
a. Study/Review of existing architecture & propose enhanced architecture as per best practice.
b. Should take approval for each new configuration/ feature to be enabled before implementation.
c. All Design & configurations should be as per industry best practice of solution.
d. Submission of complete documentation on (Operational & Maintenance document,
troubleshooting guide).
e. Provide OEM's confirmation on the configuration done as per best practices.
f. Get final sign off from UPPCL Team.
g. The proposed solution should meet all the technical criteria mentioned in the RFP.
h. The OEM/Bidder will provide AMC support Services to maintain the system and ensure uptime
of the system. Bidder must ensure that UPPCL gets all necessary support from the OEM TAC
Page 23 of 97
(Technical Assistance Center) team to address technical issues for timely resolution.
11. The Bidder should ensure agent upgradation as per OEM recommendation within the timeline
stipulated by the UPPCL for the proposed solution. The agent should be
deployed/installed/redeployed/upgraded using the bidder's supplied solution without any need to have
dependency on any other solution in the UPPCL.
12. All the solutions have to be integrated for necessary system/application logs before Signing-Off the
respective solutions.
13. The successful Bidder should provide an escalation matrix within their organization as well as
concerned OEMs.
14. The Security Solutions proposed to be implemented as per scope of RFP should be able to integrate
with existing as well as any future Industry standard security devices in UPPCL as per applicability &
given requirement.
15. UPPCL may perform its own Vulnerability assessment/ Penetration testing (VAPT) & Risk
assessment on the entire solution before going live and the solution provider needs to fix all the
vulnerabilities/risks highlighted in the reports at no extra cost to the UPPCL.
16. Training-
a. For all the Security Tools to be implemented as per Scope of the RFP, the successful Bidder must
prepare architecture design, suggest network optimization, if need, to increase performance,
documentation, project plan and training as part of the implementation services.
b. Bidder shall share implementation details and provide Knowledge Transfer to UPPCL’s solution
administrators/IT Team/O&M Vendor. KT (Knowledge Transfer) shall cover all H/LLD details,
configurations, general administration activities, SOP/User manual and help in developing
troubleshooting skills related to appliance/solution.
c. Bidder/OEM needs to arrange instructor-led training on proposed solution for nominated
members at UPPCL HQ at their own cost. It should also cover complete Administration,
Configuration, Troubleshooting, customization & day-to-day maintenance of the offered
solutions.
d. The bidder will provide certificate level training also to the Chief Information Security Officers
(CISOs) and Assistant Chief Information Security Officers (ACISOs) and other nominated
officers of UPPCL and Discoms for the Security Tools viz., 1.Unified Endpoint Management
(UEM), 2. End Point Detection and Response (EDR), 3. Security Service Edge (SSE), 4.
Privileged Access Management (PAM), 5. Database Activity Monitoring (DAM), 6. Anti-
Distributed Denial of Service and 7. IBM-QRADAR.
e. Bidder will provide Expert level training along with one-time certification examination voucher
for each tool to fifteen (15) employees identified by UPPCL. Ten training/examination vouchers
to be consider for each tool, cost shall be in the scope of bidder, cost of which shall be included
in the cost quoted for respective tools. Each employee mentioned above will be trained against 4
tools therefore total 60 vouchers.
1. The selected Bidder shall appoint a single point of contact, with whom UPPCL will deal with, for any
activity pertaining to the requirements of this contract.
2. For all SaaS based solutions, the SaaS offering should be hosted in India and all the Data should reside in
India.
3. In case of a SaaS solution if any component is required to be hosted on-prem than it is bidders’
responsibility to provide and implement the hardware as well as software components on-prem. UPPCL
will only provide the connectivity and space.
a. For Declaring Go-Live , UPPCL shall perform UAT and test other parameters mentioned in the RFP.
Only after successful UAT and other relevant compliances as desired in the RFP , Go Live shall be
declared by UPPCL
b. The Operation and Maintenance phase shall start after Successful Go-Live, which shall be declared by
UPPCL
c. The Bidder will operate and maintain all the components of the Security Solutions
(Software/Hardware and Licenses) supplied through this RFP for the entire contract period.
Page 24 of 97
d. During Operations and Maintenance phase, bidder shall ensure that service levels are monitored on
continuous basis; service levels are met and are reported to UPPCL.
e. Bidder shall address all the errors/bugs/gaps in the functionality of the solution implemented at no
additional cost during the Operations and Maintenance phase.
f. All patches from OEMs shall be implemented by the bidder ensuring customization done in the
solution as per the UPPCL’s requirements are applied.
g. A detailed change management process should be in place for any update which requires re-sizing of
the hardware and software during the contract period may be taken separately at UPPCL’s discretion.
h. Issue log for the errors and bugs identified in the solution and any change made in the solution shall
be maintained by the bidder and should be periodically submitted to the UPPCL team.
i. The bidder will inform UPPCL on a monthly basis about any new updates available for all software
components of the solution along with a detailed action report.
Page 25 of 97
1. Project Manager The Project Manager will be responsible for overall
project management of the project. Responsible for
requirement, resource management and timely delivery.
Resources will be deployed at UPPCL or provide support
remotely as per the requirement of UPPCL.
Minimum Relevant Experience- 12 Years
2. Project Coordinator The Project Coordinator will be responsible for providing
overall support for the project.
Minimum Relevant Experience- 5 Years
3. Project The Project Implementation Team shall be responsible for
Implementation Understanding / Identification of Business Requirements,
Team Alignment of Software Solution with Business needs and
Overall implementation / Support of Cyber Security
Solution.
16.4. Bidders may use their own helpdesk tool or setup helpdesk for incident management. Costing for the
same should be incorporated in the overall cost accordingly in the price bid.
16.5. Minimum Qualification and experience of on-site resource as mentioned below:
S.
Resource type Minimum Qualification and Experience
No.
Page 26 of 97
16.6. The UPPCL will perform the technical competency of the resources provided by the CSSI either on
its own or through third party resources. However, background verification and police verification of
the resources shall be the responsibility of the bidder.
16.7. The UPPCL will also monitor the performance of the resources deployed during the tenure of the
contract. Following will be the criteria on which the performance of the resources and overall
implementation will be measured:
1 Number of on-time reports submitted as per SLA.
2. Number of use cases developed, and the rules deployed
3. Number of IoC (Indicators of Compromise) detected.
3. Number of security training sessions (ad-hoc/ scheduled) conducted.
4. Number of real incidents detected against the total number of false positives.
5. Number of devices added/ total number of devices integrated and are being reported in the
security management dashboard.
6. Resolution times (a measure of the length of time from when the incident/ticket was
received, the length of time from when the incident/ ticket was dispatched, etc.).
17. Bidder to arrange yearly analysis of product adoption, best practices and usage policies along
with recommendations by OEM against the deployment done at UPPCL by conducting
respective OEM Audits. These findings shall be presented by respective OEM to UPPCL
management on Yearly basis.
Page 27 of 97
Section 4
Technical Compliance of Security Tools
4.1 Technical Specification of Unified Endpoint Management (UEM) (SaaS Based)-
Compliance
S. No. Feature
(Yes/No)
The UEM Solution should provide the single integrated Console for
Admin for management of all type of devices (Desktop/
Laptop/Tablet/ Mobile Phones), OS Types (Windows10 and above,
1
Linux, Android, Ios, Mac). It should provide a consistent and
integrated user experience, as well as a single source of truth and a
single pane of glass for device and app management.
Solution must support out of the box templates to deploy security settings
7
as per CIS/NIST benchmarks
Page 28 of 97
Compliance
S. No. Feature
(Yes/No)
Solution must support adding own security posture checks for Windows
14
devices which are not available out of the box.
Page 29 of 97
Compliance
S. No. Feature
(Yes/No)
malware)
Page 30 of 97
Compliance
S. No. Feature
(Yes/No)
attachments can be opened.
Page 31 of 97
Compliance
S. No. Feature
(Yes/No)
passwords, passwords having restricted keywords.
The soultion should have the ability to retain classification and protection
61
profiles outside of organizational boundaries.
Page 32 of 97
Compliance
S. No. Feature
(Yes/No)
The solution should provide the ability to warn/prevent users from
downgrading or changing a classification.
63
It solution should provide the ability to prompt users to enter a justification
when overriding a policy warning.
The solution should support hierarchical and conditional classification
64 fields, so that the appearance of a sub-field is conditional on the value
selected in the higher-level field.
The solution should have some guidance mechanism while user selects a
66 classification level, to inform the users what is the context of a said
classification level as per organization's policy.
OEM should arrange training for the respective stakeholders. The trainer
should be certified in the quoted product and have experience for similar
71
trainings. The training should cover initialization of product installation,
configuration, administration, and customization. It should also cover day
to day operation of the product.
The Solution must be SaaS based & the OEM should have the SOC 2
72
Certificate.
Page 33 of 97
Endpoint Detection and Response agent should comes with a single agent
2 and that offer capability of Endpoint protection along with the Endpoint
Detection and response.
The Endpoint agent offer out of the box policies leveraging Virtual
Patching, Application Control, Data Fingerprinting/ Classification, Web
reputation, Exploit Prevention, Behavioral Monitoring & Machine
3 learning technologies. These prebuilt policies for Windows & Linux
environments should monitor and prevent suspicious server activity and
must be capable of working in connected and non-connected mode
The solution must be able to push out new upgraded versions of the
4 endpoint agents from its own controller. There should not be any need of
third-party solution to upgrade the deployed agents.
The solution should be able to detect and prevent the known malware with
7 machine learning capabilities. The solution should be able to detect and
work in low bandwidth mode
Endpoint Detection and Response agent should record real time events
listed below and should perform a triage collection for forensic analysts to
investigate those endpoints:
• Process starts and end events
11 • DNS Lookups
• Network connections
• IP address changes
• Registry accesses
• File writes
Page 34 of 97
Solution should be able to automatically generate forensic package/reports
detection of a threat or IOC match or deep level forensic by Incident
12
Responders. The ability to generate Forensic package/reports should be
both automatic (upon detection of threat) or manual when required.
The solution must support meta data and file acquisition / detection using
18
API mode.
The proposed solution must have unified agent for detection, prevention,
25
response and forensics and it must be lightweighted.
Page 35 of 97
The proposed solution shall support automatic as well as manual
collection of the forensic information from windows machine for further
investigation purposesthat includes.
-Basic Information Evidence
26 -File Timeline Evidence
-Process Information Evidence
-Service Information Evidence
-System Execution Evidence
-Portable Executable (PE) Attributes
The proposed solution shall have GUI/CLI based remote task manager as
response ca-File hash Information collection
-Termination of the service
-Download of binary
-Addition of hash value to block list
30
-Delete the file
-Send the hash to get the verdict (TI integration)
-Execute a python script
-Execute a PowerShell scriptpabilities. Live terminal should support
features such as below:
Page 36 of 97
Solution must have an option of automatic Provisioning and De-
Provisioning of rules for Vulnerability Protection, Integrity Monitoring &
log analysis module as per the Server posture also should have capability
to mitigate undisclosed vulnerabilities (>30 Per Year) of Microsoft/
33
Adobe/ Flash/ Oracle/ 3rd party continuously from past 5 years and data
should be publicly available having recognised as per latest Frost &
Sullivan Reports achieving 100% breach detection rating as per NSS
Labs.
The proposed Endpoint Detection and Response should also have the
capability of Antivirus, Anti-malware, Anti-Phishing & Anti-ransomware.
34
It should provide the capability of enabling and disabling this
functionality and use on-demand as and when required.
The agent in the proposed solution must provide tamper protection such as
prevent agent services or processes from being terminated by
35 administrators or power users. Solution should be able to quarantine or
isolate the endpoint during an investigation.
The solution must be able to detect and prevent the known malware with
machine learning capabilities that may be missed by traditional security
36 like AV & HIDS/HIPS. The solution must be able to detect and block
malware even if the signatures are not updated for a few days due to low
bandwidth constraints at branches using IPS rules
Sandboxing should support analysis of more than 100+ protocol & file
types and also include custom sandbox images without any programming
effort including Domain Check, Software Check, Patches, OS Language,
Configurations, User Settings check, Requisite file check Office version
check, Windows License check Browser Check (Sandbox Customized
38 with OS and Applications in the Environment) also solution
should supporting following operating systems Win 10, Windows Server
2003, 2008, 2012, 2016, 2019, 2022 and Linux) having malicious samples
submission capability of 10000 Samples scalable up to 30000 as per
future traffic load achieving supporting 60 sandbox images having 100%
breach detection rating as per NSS Labs.
Page 37 of 97
OEM should arrange training for the respective stakeholders. The trainer
should be certified in the quoted product and have an experience for
39 similar trainings. The training should cover initialization of product
installation, configuration, administration, and customization. It should
also cover day to day operation of the product.
The Solution must be SaaS based & the OEM should have the SOC 2 & 3
40
as well as PCI DSS Certificate securing users billing transactions
Proposed solution should integrate with Active Directory supporting non-
proprietary industry-class database such as MS-SQL, Oracle, PostgreSQL
41 and also protect existing storage devices from ransomware threats.
The end user license should not have any bandwidth or data capping for
3
Internet and Internal Apps access.
The solution platform must have Internet, Public cloud and DC corporate
internal application access using single unified management, configuration
4 and reporting console (in case of a separate admin consoles, the logging
and forensics to be managed on a unified converged platform by the
bidder without any additional cost).
The solution must have a single end user agent to provide all
functionalities as per UPPCL’s requirement. The Software agent required
5 must be available for Windows, macOS, Linux, Ubuntu, ChromeOS,
Android and iOS platforms. The user agent on the client machines should
be tamperproof (even with local system admin rights) for Windows.
Page 38 of 97
Compliance
S. No. Features / Descriptions
(Yes / No)
The solution must not have a single point of failure and should have
seamless failover transparently to secondary site (running with same full
scale & specified features) if primary site goes down. All the Security
6
features must be available for roaming user environment with direct to
Internet access via (without backhauling to DC / Hub when users are
outside of the office).
The SSE solution should have been hosted in at least 2 own / co-located/
Meity- empaneled cloud service provider’s data centers in India. Each of
7 these must process all data traffic including threat inspection and Web
DLP within India.
The solution must be able to form encrypted phase 1 and encrypted phase
8 2 IPsec tunnel from UPPCL's Firewall/Router/Gateway to steer Internet
Traffic to OEM DCs from Day 1.
The solution must have Secure Web Gateway (SWG), Cloud Access
Security Broker (CASB), Web DLP (Data Loss Prevention), Web IPS
10 (Intrusion Prevention System), UEBA (User Entity Behavior Analytics),
Firewall, DEM (Digital Experience Management), and Zero Trust
Network Access (ZTNA) capabilities
The solution must have ISO 27001, ISO 27017, and ISO 27018
14 certifications or if under approval must be available by the time of bid
submission date.
The solution must have SOC2 and latest certifications for last year and
15
must be under approval or available by the time of bid submission date.
The solution must be a member of Microsoft Active Protections Program
16
(MAPP).
The solution unified admin console must have in-built end users logging
for minimum of 180 days for the desired features (SWG, CASB, Web
18
DLP, Web IPS, UEBA, Firewall and ZTNA) and integrate with UPPCLs
SIEM solution for longer data retention periods.
Page 39 of 97
Compliance
S. No. Features / Descriptions
(Yes / No)
The solution must have granular end user’s device posture validations
across multiple parameters as like Device Encryption, Registry Check,
19
Process Check, AD Domain Check and Certificates to provide Internet
and Internal App Access.
The solution user agent must have continuous end user’s device posture
20 validation (<10 mints) after first login for both Internet and Internal App
Access.
The solution should be able to provide dedicated Public IPs in SSE OEM's
21
Cloud DCs for specific Internet destinations / URL's traffic.
The solution must have Gateway Antivirus / Antimalware and Web IPS
22
for protection against web threats.
The solution must be able to add manual IOCs (MD5 /hashes /URLs
23
/Categories) directly from the admin console in real time to minimize risk.
The solution must be able to provide URL Filtering for 100+ web
24 categories and have capability to enforce granular activity control based
on categories.
The solution must provide in-line protection from Patient Zero infections
25 using AI-powered sandbox solution. The sandbox must support detonation
of 10+ file types and provide protection against Zero-Day Attacks
The solution must be able inspect & block 5 times zipped / compressed
26
files.
The solution must be able to enforce Granular Activity controls for
27
Internet Apps
The solution must have inbuilt granular access control policies based on
28 various YouTube categories like Movies, Education and Entertainment
etc.
The solution must provide real-time visibility for 40000+ web applications
with risk score based on CSA or CSS Standards. The solution must be
29
able to report the security compliances and certifications achieved by
these apps and enforce application risk score-based access policy controls.
The solution must have a Web DLP incident management page /dashboard
31 for admins to download the Original DLP violating files and manage the
complete incident workflow.
The solution must be able to create Web DLP Policies based on content,
32 keywords, patterns, size, upload URL, user group and a combination of all
or some of these.
Page 40 of 97
Compliance
S. No. Features / Descriptions
(Yes / No)
The solution must have a Web DLP incident management page /
33 dashboard for admins to download the Original DLP violating files and
manage the complete incident workflow.
The solution must have outbound Internet Firewall feature with all logs
and define policies based on App ID, 5 tuple rules, fqdn destination, any
35
TCP and UDP ports, user and groups from both office locations and
roaming users (without backhauling to DC / DR).
The solution must provide access to all TCP & UDP Internal Applications
41
(user to app access) including Thick Client Applications.
The solution must be able to on-board 3rd party non-domain users based
on personal email for the UPPCL internal application access (Any iDP /
42
SAML required to be provisioned and managed by bidder in the same
cost).
The solution should have the capability to add minimum of 20 Application
43
segments for granular policy controls based on users and groups.
Page 41 of 97
Compliance
S. No. Features / Descriptions
(Yes / No)
from day-1. The FQDN based app access must Not resolve to the actual
server IP addresses from LAN and MPLS access to reduce the attack
surface. Zero Trust broker in DCs may have inbound ACL on firewall
allowed only for this use-case.
The solution must have direct OEM 24x7x365 Support with 30 Minutes
46
response time for P1 tickets.
The Solution must be SaaS based & the OEM should have valid
49
SOC 2 certificate as on the date of submission of the bid.
Page 42 of 97
8 The solution should be able to perform auto-discovery of privileged
accounts on target systems and perform two-way reconciliation.
13 The solution should provide a directory store that is agile and offers
industry-best security features.
15 The solution should have the capability to integrate with other IAM
solutions and should provide SCIM compliant APIs.
16 Authentication Models
21 The solution should have built-in capabilities for adaptive and MFA
especially the bio- metrics and mobile authenticators.
Page 43 of 97
23 The solution should provide a multi-domain authentication feature
whereby the entire operations can operate in a distributed
environment. This feature should be provided for authentication of
users as well as Identity authentication for target systems.
26 Access Technologies
Page 44 of 97
35 For the best path of access, the solution should be able to handle
multi-location architecture or distributed architecture with seamless
integration at the user level. The solution should be able to
intelligently route the user to the intended target system access in the
safest possible way, taking into account simplicity of use and
experience.
36 The solution should have the capability to launch enterprise
applications for admin access
39 The solution should have the ability to grant role-based access to the
target systems.
42 The solution should offer RDP, SSH, or telnet protocol filtering (to
detect, filter, or block specific commands or data)? (As well as for
which protocols.)
Page 45 of 97
48 In order to ensure that the solution is easy to manage it is imperative
that the solution should have features for creating adequate roles for
team leads, where in two/four eyes’ principles are used for
administration
49 Vault Integration
53 The solution should provide for auto vaulting features as soon as the
system is on- boarded.
Page 46 of 97
64 The solutions should have the capability to vault personal secrets
and organizational secrets with the added capability of creating a
team-based structure for sharing
72 Administration
Page 47 of 97
78 The tool enables an administrator to define a hierarchy of roles
without limit.
80 Solution Workflow
81 The solution should have an inbuilt workflow to manage: -
88 Notification Engine
94 The solution should be able to log commands for all commands fired
over SSH Session and for database access.
Page 48 of 97
95 The solution should be able to log/search text commands for all
sessions of the database even through the third-party utilities
99 The solution should be able to record old and new values for all logs
related to the administrative activities within the solution
100 The system should be able to define critical commands for alerting
& monitoring purposes through SMS or Email alerts
101 The solution should provide separate logs for commands and session
recordings. Session recordings should be available in image/ video-
based formats
102 Secure and tamper-proof storage for audit records, policies,
entitlements, privileged credentials, recordings, etc.
103 The session recording should be SMART to help jump to the right
session through the text logs
104 The proposed solution shall cater for live monitoring of sessions and
manual termination of sessions when necessary
108 The solution should provide out of the box reports for general daily
operations
109 The system shall have the ability to run all reports by frequency, on-
demand, and schedule.
Page 49 of 97
110 The solution should provide detailed and scheduled reporting with
the following basic report sets Entitlements Reports, User’s
activities, Privileged Accounts inventory and Activities log
111 The solution should have the ability to report on all system
administrative changes performed by Access System Administrators
with relevant auditable records
112 Access Management System Security
113 The Solution should be TLS 1.2 and SHA-2 compliant for PCI-DSS
compliance
114 The Administrator user cannot see the data (passwords) that are
controlled by the solution.
115 The solution should secure master data, records, entitlement, policy
data, and other credentials in a tamper-proof storage container.
116 The solution should store Password and SSH keys safekeeping in the
certified vault (minimum AES 256-bit encryption)
120 The solution should support multiple active instances with load
balancing and fully automatic failover to another active instance
Page 50 of 97
125 Ability to integrate with ticketing systems like Service Now, etc.
130 The solution should be able to integrate with leading SIEM solution
like RSA Net Witness, QRadar, ArcSight, Splunk etc.
133 The solution should have the capability to discover and manage
permissions and entitlements in the public cloud such as Azure,
AWS,OCI etc
135 The solution should have the capability to monitor and identify any
changes in the entitlement or permissions in real-time and
report/notify of any inappropriate changes
138 The solution should have the capability to discover and manage local
admin accounts on the end-devices
Page 51 of 97
139 The Proposed solution should have the capability to strict and alert
for any access taken out of the PAM solution to a target device.
139 The solution should have the capability to restrict the operations of
the local admin accounts (for example the local admin account
should not be allowed to able to create a user’s or change the
password of an existing user.)
140 The solution should be able to create a blacklist rule for local admin
accounts (including processes if spawned by the main process) or
even the domain accounts
144 The solution should have the capability to rotate the passwords of
the local admin accounts
145 The passwords for all local admin users should be vaulted and can
be accessed by approved users only through workflow-based
approvals.
149 The solution should be able to control USB access, Bluetooth file
sharing, the same should be workflow enabled for approval
Page 52 of 97
150 The whitelist/Blacklist and Elevation features should be permanent,
time based and the same should be based on workflow approvals.
151 The solution should include a portal for remote access by end-point
support staff. They should be able to access the system without the
knowledge of the local admin password. They should land on the
endpoint as an administrator for that session. This should be possible
only when the end-user allows either full access or read access
152 Ticket Management Portal wherein the user can create, modify,
assign or delete a ticket. The support user can then initiate session
requests based on the tickets.
153 File transfer between two devices during support remote session
154 Remote access should be possible without the RDP being enabled on
the endpoints. The streamers should be implemented on-premises
155 The solution should also provide a feature of unattended access i.e.
for approved user one can remote access to the endpoints based on
approvals
158 The solution should have the capability to capture text logs, key logs
of the end user or admin users on need basis.
159 The solution to be able track the geo location of the endpoints
160 The solution should be able to work offline for the blacklist/whitelist
profiles
161 The solution should be able to work offline even for elevated profile
if approval is granted before the endpoint goes offline.
162 The solution should have the capability to attach MAF to local
applications or processes.
Page 53 of 97
163 The solution should be able to provide role bases access
165 The solution should have the capability to attach profiles either on
users or on endpoints
166 The solution should have the capability to be installed via the
following methods SCCM/Intune, GPO, CLI or scripting toolkits.
168 The Solution must be SaaS based & the OEM should have the SOC 2
Certificate.
Page 54 of 97
The solution should support the installation manager on each database
8 server to avoid manual efforts to coordinate agent activities along with up-
gradation and configuration changes.
The solution should be able to monitor and detect breaches/ anomalies for
9 all the structured/ unstructured (NoSql) databases like MSSQL, MYSQL,
Oracle, mongo DB, IBM DB 2, SAP HANA etc.
The solution should audit all types of database access across the
10 organization regardless of database type or operating system of the host
without relying on native auditing.
The solution should be capable of performing real-time monitoring and
11 recording of all privileged activity like DDL, DML and DCL, Schema
Creation, modification of accounts/roles and privileges.
The solution should capture and analyze all database activity, from both
application user and privileged user accounts, providing detailed audit
12
trails that shows the “Who, What, When, Where, and How” of each
transaction.
The solution should allow the grouping of the database objects and
13
accordingly allow the implementation of various rules.
Minimum usage of system resources: For agent-based systems, the
transaction processing overhead should not exceed 3% and CPU
14
utilization on the DB server should not exceed 5% beyond present
utilization.
The solution should be able to integrate with leading NGSOC solutions
such as SIEM to generate meaningful correlated events. Also, it should be
15
able to integrate with PAM to prevent DBA from creating another user
without proper authorization.
The solution should be able to integrate with external ticketing
16
management tools for recording and managing change.
The solution should be centrally manageable from a single console
17 including update of agents, pushing upgrades, patch updates,
configurations updates, policy updates, start/stop/restart etc.
The solution should have the capability to build an inventory by discovery
18 of all the databases and database users. The discovery supported by it
should be both auto discovery and on demand discovery.
The solution should have the ability to generate a report consisting of the
details of all the databases like IP address, Database type, Agent version
19
(if agent based), status (active/inactive) and timestamp of last
communication.
The solution should detect sensitive data types as defined by the UPPCL
20
such as user ID, email address, passwords etc., in database objects
The solution should enable segregation of duty in terms of account
21
management, security administration and database administration.
The solution should have various notification mechanisms like Mails,
22 SNMP traps etc. for security monitoring and health monitoring and the
notification mechanism must be real time.
The solution should be capable of identifying the missing patches and
23 report the same and should have capabilities of virtual patching of known
vulnerabilities till the patch is installed.
The solution should leverage AI/ML to
24 • Fine tune database users and their activities to raise alerts in case of any
abnormality.
Page 55 of 97
• Reduce false positives to minimum and raise only actionable and
materialistic alerts.
The solution should have the ability to generate a report showing the
25 access of each user to the tables of each database along with the user who
granted them the permission.
The solution should provide optimum utilization of resources by using
26
Load balancing between its devices, if it is using multiple boxes/gateways
27 The solution must have tamper-proof log storage capability.
The proposed solution required monitoring should be delivered while
28
solution is enabled and in blocking mode
The solution should support creation of policies/rules for enforcing access
29
control and proper rights management on databases.
The solution must support Reporting of deviations to the policies and
30
access control
Solution should continuously learn the user and application behavior in
31 respect of accessing database. Learning should be a continuous process
and should not stop after a certain stage.
Solution must monitor privileged user access or local SQL activity that
32 does not cross the network such as Bequeath, IPC, Shared Memory, or
Named Pipes
DAM solution should identify abnormal server and user behavior and
providing early detection of possible attacks using outliers. For example:
· User accessing a table for the first time User selecting specific data in a
33 table that he has never selected before
· Exceptional volume of errors
· Activity that itself is not unusual, but its volume is unusual
· Activity that itself is not unusual, but the time of activity is unusual.
Solution must support filtering/hiding of the bind variables of all the SQL
34
activities captured
The solution should not store sensitive data in plain text in logs generated
35
by the application (e.g. passwords)
Logs and audit-trail generated by the solution should not be editable by
36
users/ administrator and should be read-only
The Proposed Solution should support automatic updates to the signature
37 database and based on global threat intelligence, ensuring complete
protection against the latest threats.
38 Communication from Agent to management server must be encrypted
39 Solution must be able to monitor database which run on non-standard port
The solution should be able to auto discover privilege users in the
40 database and should support user entitlement reviews on database
accounts
The solution should be able to auto discover default passwords in the
41
default DB accounts
42 Solution tracks the dormant accounts as per defined rule.
The solution should inspect both in-coming and out-going DB traffic,
43
compare with the rules and generate alert.
Solution should detect attacks attempting to exploit known vulnerabilities
44 as well as common threat vectors and can be configured to issue an alert
and\or terminate the session in real time
Page 56 of 97
The solution should discover misconfigurations in the database and its
45
platform and suggest remedial measures.
Solution should have capability to track execution of stored procedures,
46 including who executed a procedure, what procedure name and when,
which tables were accessed.
Solution should also be able to detect any change happens in stored
47
procedure
Solution should have capability to monitor local access & encrypted
48
connections (Oracle ASO, SSL, IPSec etc.)
The solution should provide full details needed for analysis of audited
49
events:
The solution supports creation of different type of security and audit
50 policies such as rule, report based on heuristic and content based. These
policies should support customization.
Ability to kill sessions for accessing sensitive data/policy violations and
51
keeping all activity in the logs
The solution should be capable of blocking access real time, execution of
52 commands which violate the rules/ policies, store the events securely and
report the same in real time.
The solution should support installation of agents, update of agents,
53 configurations updates, policy updates, start/ stop/restart etc at all the
databases from management server centrally.
There should be no down-time of the OS or database for deployment of
54
agents.
The agent should not require a reboot of OS and DB after installation /
configuration. Only one agent to be installed, no third-party agents
55
permitted. All agents should be managed from the centralized
management console.
If the agent mal-functions or uninstalled or disabled on server, immediate
56
alert to be issued.
If the communication between agent and the console is lost, immediate
57
alert to be issued.
The solution should be able to support/monitor all database activities in
OS like AIX, Linux, Solaris, Windows and Databases like Oracle, MS-
58
SQL, MySQL, postgress at a minimum provided that DB vendors still
support the versions in scope.
The solution should generate alert for any violation of security policy real
59
time
The solution should discover all the databases with details i.e. IP, type,
60
OS, available in the UPPCL network
The solution should also discover if any new database and DB objects
61
created within the monitored network/systems.
62 The solution must allow administrators to add and modify policies.
63 The solution should log the actual client IP.
The solution should auto profile the activities to filter noise or known false
64
positives and should generate alert if any violation
The solution support individual user access auditing for packaged
65 applications databases like SAP HANA, PostGre SQL etc., which the
UPPCL proposes to implement in future.
Page 57 of 97
Separate policies should be applied for different databases configured in
66
DAM
The solution should have pre-built templates for well-known security and
67
audit policies.
The resource overhead (hardware, software) for the agent should not
68 exceed 5% of the normal requirement of the CPU. There should be only
one agent.
The solution should provide CPU, RAM, disk capping capabilities on
69
agent- based solution
The solution should have the capability to facilitate rule creation at a very
70 granular level. Example: Which user can connect from which source,
access what objects, have which rights, at what time window etc.
The Proposed Solution should include a Web based single administration
71
interface.
The Proposed solution should have an out-of-band management
72
capability.
The Proposed Solution should be managed centrally for Both DC & DR
73
Setup.
Management solution should support Role-Based Access Control or
74 multiple user roles that facilitate separation of duties. i.e. Administrator
(Super- User), Manager, read only etc.
The solution should support the following authentication mechanism for
accessing the solution:
(i) In-built authentication in the solution
75
(ii) Kerberos authentication
(iii) LDAP/AD authentication
(iv) RADIUS authentication
Should be able to report events and alerts via standard mechanisms, for
76
example, to a syslog or SNMP server or a SIEM solution.
The solution must support the creation of custom log messages and
provide system variable placeholders mechanism to make this use case
77
possible. For example, the Username placeholder looks like
(${Alert.username})
The solution must support generation/ both predefined as well as custom
78 built reports as per UPPCL’s requirements with both tabular views, pdf
and data analysis graphical views.
The solution should have easy option to customize report without
79
developing or require lot of customization/changes from scratch
Alert should be generated in case of violation of rules through SMTP
80
(mail).
The solution should provide facilities for scheduling of reports with
81 respect to time, type of activity, nature of event, violation of specific rules,
user, source of origin, DB instance etc.
The solution should be able to generate the reports in PDF, Excel & CSV
82
formats
The solution should store all audit logs in tamper-proof flat file format and
83
have faster retrieving process for reporting purpose
solution should not write any logs on the database server when using
84
agent-based monitoring
Page 58 of 97
The Risk Analytics solution appliances must be purposefully built and be
85 self-contained with all the necessary software on a pre-hardened Unix
operating system.
The Risk Analytics Solution should provide unified console which
86 aggregates threat indicators across the enterprise data assets, including
databases.
The Risk Analytics Solution should provide an intuitive dashboard page
containing widgets that give a quick informative and drill down
capabilities view of the following:
a) Protected Assets
87 b) Open Issues
c) Security Events Over Time
d) Entities With Most Severe Incidents
e) Events Analyzed
f) System Health Status
The Risk Analytics Solution must provide behaviour analytics algorithm
88
to establish behavioural baseline and find deviations
The Risk Analytics Solution must be able to differentiate between
89
suspicious behaviour from risky/abusive behaviour (anomaly vs incident)
The Risk Analytics Solution should be able to access user's risk potential
90 (compare user suspicious behavior rate to the rest of the organization and
etc)
The Risk Analytics Solution should automatically detect the following
a) Nature of accounts which connect to the database (Service Account,
DBA User Account. etc)
91
b) Purpose of database tables (Business Critical Tables, System Tables,
and etc)
c) Data access habits (working hours, amount of data retrieved)
The Risk Analytics Solution must be able to detect Abnormal
Behavior such as
Database Access at Non-Standard Time
Database Service Account Abuse
Excessive Database Record Access
Excessive Failed Logins
92 Excessive Failed Logins from Application Server
Excessive Multiple Database Access
Machine Takeover
Suspicious sensitive system tables scan
Suspicious Application data access
Suspicious Database command execution
Suspicious Dynamic SQL activity
The Risk Analytics Solution must be able to identify/detect the
following
93
a) Typical end point information
b) Typical database access patterns
The Risk Analytics Solution should be able to detect suspicious activity
94 including scans for sensitive and valuable data, which may indicate the
reconnaissance phase of a potential breach
The Risk Analytics Solution must be able to integrate with active
95
directory to enhance forensics and provide line of sight into user identity.
Page 59 of 97
The Risk Analytics Solution should be able to perform peer group analysis
96
when integrated with active directory
The Risk Analytics Solution should provide context based on user
information on AD which include the following widgets
a) Employee Details with information such as email, phone numbers and
office location
b) Incidents which show a graphical view of the employee's number of
incidents by severity
97
c) Anomalies which show a graphical view of the employee's number of
anomalies on a scale of Low to High
d) Endpoints Activity which presents details on the number of endpoints
that were used to access the resources by the employee
e) Databases Activity which presents details on the number of databases
that were accessed by the employee
98 All communications invoking API must be done over SSL
The Risk Analytics Solution should be able to whitelist behavior which is
99 authorized or acknowledge behavior that cannot be remediated
immediately
The Risk Analytics Solution must be able to send syslog to SIEM or other
100
Risk Analytics Solution for seamless incident management
The Risk Analytics Solution must give incidents details which include
101 Username, Source, Destination, Related/Correlated Issues, Type, Time,
Severity and Priority
The Risk Analytics Solution must be able to extract all available
102 information on an incident directly without needing to access Secure
Sphere
The Risk Analytics Solution should automatically assign a Priority Score
103 (a more granular threat score, on a scale of 1-100) to each incident for
easier classification of important events
The Risk Analytics Solution should include comprehensive incident
details when investigating an incident, details should include
a) Description
104 b) Severity Influencing Reasons
c) Client and Server Details
d) Incident Details
e) Typical Behaviour
The Risk Analytics Solution must be able to export detected incidents and
105
anomalies to an excel file for offline review
The Risk Analytics Solution must be able to send email notification on
106
detecting an issue/incident
OEM should arrange training for the respective stakeholders. The trainer
should be certified in the quoted product and have experience for similar
107 trainings. The training should cover initialization of product installation,
configuration, administration, and customization. It should also cover day
to day operation of the product.
DAM solution should have capability to map the application users /
108
end users to Db users or service account.
Page 60 of 97
User to Data Tracking (UDT) Solution should be able to Non-
intrusive [ without any application changes] to track actual
application user ID of the end users. On application platforms like
Solution should inspect, detect and mitigate IPV4 & IPv6 Attacks and Solution
should Detect and Mitigate DDoS on application protocols in the network like
HTTP/DNS/VoIP/Mail/VPN/File/Login along with Layer 3 and Layer 4
4
Protocols as well as Layer 7 including L3 Floods, Sate Exhaustion, Reflection
and Amplification and Low and Slow attacks. Solution should inspect, detect
and mitigate IPV4 & IPv6 Attacks
Page 61 of 97
Solution should be transparent bridge to pass 802.Q tagged frames and other
5 control protocols like VLAN and in inline mode system must not modify MAC
or IP addresses of passed frames
6 System should support Multiple Segment protection for up to 4 Segments
The device operating system should be hardened, and the responsibility shall fall
7
on OEM to ensure the same
Proposed appliance should support minimum of 30 million packet per seconds.
This performance figure must be mentioned in public facing datasheet. Should
8 support latency less than 90 microseconds. Latency should be documented in
datasheet
System should support 8x10G Fiber protection ports from day 1. Additionally
9 4x1G copper/4x10G fiber interfaces option in future. All the protection ports
should support Software Bypass.
Should Support dual redundant Hot-Swappable AC power supplies from day
10
one
Solution should support SNMP v2/v3 MIB and Traps and Solution must support
REST API management and Integration with RADIUS and/or TACACS+ along
11
with Device should integrate with DCs existing SIEM engine seamlessly
through Syslog messages
System should have more then a million IOCs by the OEM and should have
12 STIX/TAXII support for ingestion of feeds from CERT-in and third party feed
providers.
The system must have a dedicated management port for 2x1G RJ45 Out-of-
Band management; Management interfaces must be separated from traffic
interfaces. System management must not be possible on traffic interfaces.
13
Proposed solution should have inbuilt GUI based monitoring, configuration
management, diagnostics and reporting and provision of Centralize management
in future.
The system must support configuration via standard up to date web browsers.
Solution should support Configuration and Login Audit trails and Solution
14
should support Role/User Based Access Control and reporting functionality.
System should have mechanism to upgrade the firmware and application
Quoted OEM should have technical support in India and the organization should
be able to raise TAC support with/without the involvement of partner. The
15
proposed DDoS solution should not reach End of Support within 3 years from
the date of submission of bid.
The solution shall provide real time dashboard displaying statistics on data such
17 as total traffic, passed/blocked, top IPs/services/domains, attack types, top
sources by IP location (Geo IP) and blocked sources, etc.
Page 62 of 97
OEM should have their own Threat Research Team that should provide a Threat
18 Intelligence feed as part of the solution. This feed should be automatically
updated in the appliance at a configurable interval.
The system must be able to block invalid packets (including checks for
Malformed IP Header, Incomplete Fragment, Bad IP Checksum, Duplicate
Fragment, Fragment Too Long, Short Packet, Short TCP Packet, Short UDP
19
Packet, Short ICMP Packet, Bad TCP / UDP Checksum, Invalid TCP Flags,
Invalid ACK Number) and provide statistics for the packets dropped. Solution
should also support packet Anomaly Protection.
System should support suspension/dynamic suspension of traffic from offending
20 source based on a signature detection / host behavioural analysis / malformed
packets / payload expression matching
Page 63 of 97
Section – 5
Instructions to Bidders
ARTICLE–1: e-Tendering Instructions
1. GENERAL
1.1. Submission of Bids only through online process is mandatory for this Tender.
1.2. For conducting Electronic Tendering, UPPCL is using the Portal of NIC, a Government of India
Undertaking (https://etender.up.nic.in)
2. TENDER BIDDING METHODOLOGY
Sealed Bid System: e-tenders are invited in two parts (Part-I Technical Bid and Part-II Financial Bid)
2.1. BROAD OUTLINE OF ACTIVITIES FROM BIDDER’S PERSPECTIVE
i. Procure a Digital Signing Certificate (DSC)
ii. Register on NIC (https://etender.up.nic.in).
iii. Create Users and assign roles on NIC Portal.
iv. View Notice Inviting Tender (NIT) on NIC Portal.
v. Download Official Copy of Tender Documents from NIC Portal.
vi. Clarification to Tender Documents on NIC Portal
a. Query to UPPCL (Optional)
b. View response to queries posted by UPPCL, as addenda.
vii. Bid-Submission on NIC Portal.
2.2. DIGITAL CERTIFICATES
For integrity of data and its authenticity/ non-repudiation of electronic records, and be compliant with IT
Act 2000, it is necessary for each user to have a Digital Certificate (DC). also referred to as Digital
Signature Certificate (DSC), of Class2 or above, issued by a Certifying Authority (CA) licensed by
Controller of Certifying Authorities (CCA) [refer http://www.cca.gov.in]
2.3. REGISTRATION
i. To use the e-Tender Portal of NIC (https://etender.up.nic.in), bidder needs to register on
the Portal (if not registered earlier). Registration of each organization is to be done by one of its
senior persons who will be the main person coordinating for the e-tendering activities. In NIC
PORTAL terminology, this person will be referred to as the Super User (SU) of that organization.
For further details, please visit the website/Portal, and click on the ‘Supplier Organization’ link
under ‘Registration’ (on the Home Page), and follow further instructions as given on the site.
ii. Pay Registration Fee and other charges (as applicable) on the NIC Portal.
Page 64 of 97
ii. The Bidder will have to remit Non-refundable Bid Processing Fees (Tender Cost) of Rs.
11,800 (Inclusive of GST @ 18%) .
iii. The Bidder will have to submit Earnest Money Deposit (EMD) amount of Rs 60,00,000/-
(Rs. Sixty Lacs Only) (Refundable) into official bank account of UPPCL by direct NEFT/RTGS
account remittance, on or before the date & hours of submission of the bids. Scanned copy of EMD
RTGS UTR No./Copy of Bank Guarantee will be uploaded with the E-tender document.
iv. Failure in online submission of EMD and bid processing fees at UPPCL on or before given
time may lead to the rejection of the bid. In case of non-receipt of Bid processing fees & EMD as
mentioned above, bid will be rejected by UPPCL as non-responsive.
v. EMD can be submitted in the form of bank guarantee, issued from nationalized bank in the
format attached in this RFP at FORM 12
vi. Bid fee and EMD are exempted for Startup and Micro Small Medium Enterprises and as
per UPPCL guidelines for the same.
ARTICLE – 3: BIDDING DOCUMENTS
i. Bidder is expected to examine all instructions, forms, terms, and specifications in the
bidding documents. Failure to furnish all information required by the bidding documents or bid not
substantially responsive to the bidding documents in all respect may result in the rejection of the
Bid.
ARTICLE – 4: QUERIES AND CLARIFICATION ON BID & RESPONSE DOCUMENTS
a. The queries of all the Bidders, in writing, should reach over email (se.it3@uppcl.org)
under the subject “Pre-bid queries against the RFP No. 03/UPPCL/RAPDRP-A/CSSI/2024
Dated: 23.02.2024” one day prior to the date of pre-bid meeting.
b. UPPCL may seek clarification on submitted technical bid from bidders. Acceptance or
rejection of bidder’s response will be at sole discretion of UPPCL.
ARTICLE – 5: AMENDMENT OF BIDDING DOCUMENTS
At any time prior to the deadline for submission of bids, UPPCL, for any reason, whether at its own initiative
or in response to the clarifications requested by prospective bidders may modify the bidding documents by
amendment.
In order to allow prospective bidders reasonable time to take the amendment in to account in preparing their
bids, UPPCL, at its discretion, may extend the deadline for the submission of bids.
3. ADMISSIBILITY:
Only those bids for which the bidder has uploaded all required documents on the portal
(https://etender.up.nic.in) shall be considered eligible.
Page 65 of 97
ARTICLE – 8: BID FORMS
i. Wherever a specific form is prescribed in the Bid document, the Bidder shall use the
form to provide relevant information. If the form does not provide space for any required
information, space at the end of the form or additional sheets shall be used to convey the said
information. Failing to submit the information in the prescribed format, the bid is liable for
rejection.
ii. For all other cases, the Bidder shall design a form to hold the required information.
iii. UPPCL shall not be bound by any printed conditions or provisions in the Bidder’s Bid
Forms.
ARTICLE – 9: FRAUDULENT & CORRUPT PRACTICE
Fraudulent practice means a misrepresentation of facts in order to influence a procurement process or the
execution of a work order and includes collusive practice among Bidders (prior to or after Bid submission)
designed to establish Bid prices at artificial noncompetitive levels and to deprive the UPPCL of the benefits of
free and open competition.
“Corrupt Practice” means the offering, giving, receiving or soliciting of anything of value, pressurizing to
influence the action of a public official in the process of work order execution.
UPPCL will reject a proposal for award and may forfeit the E.M.D. and/or Security deposit if it determines
that the bidder recommended for award has engaged in corrupt or fraudulent practices in competing for, or in
executing, contract(s).
Page 66 of 97
iii. If the bidder is found to be involved in fraudulent practices.
c. UPPCL may ask bidder(s) for additional information, visit to bidders’ site and/or arrange
Page 67 of 97
discussions with their professional, technical faculty to verify claims made in bid
documentation. Please note that the qualification cum technical proposal must not contain
any pricing information. The bids qualify the Minimum Eligibility Criteria will be
eligible for further evaluation.
d. Price evaluation: The price bids of only those bids that meet each of the section 2
“Eligibility Criteria” mentioned would be opened for price evaluation. The price
evaluation will take into account the information supplied by the Bidders in the Price
Proposal.
e. Technical Score: The bidder having total marks received in Section 2 Clause 2.2
Technical evaluation criteria will be the bidder’s Technical Score.
f. Financial Score: The following formula will be used for calculating Financial Score-
Financial Score = (Minimum Financial Bid/Quoted Amount)x 100
g. The Final Score for evaluation shall be computed giving 80% weightage to the
“Technical score” and 20% weightage to the “Financial Score”
Final Score = 0.8 x Technical Score + 0.2 x Financial Score
h. The bidder with the highest Final Score (the Successful Bidder) shall be awarded the
project at the Quoted Price in the Financial Bid. The Successful Bidder may be asked for
further price negotiation by the UPPCL.
i. The bidder with the highest Final Score (the Successful Bidder) shall be awarded the project at the
Quoted Price in the Financial Bid. The Successful Bidder may be asked for further price negotiation
by the UPPCL.
ii. In case, if lowest bidder does not accept the award of contract or is found to be involved in corrupt
and/or fraudulent practices the next bidder (2nd Highest Final Score) will be awarded the contract after
price negotiation, if needed and so on.
iii. The rates of the bid should remain valid for 180 days.
Page 68 of 97
ARTICLE – 24: FORCE MAJEURE
Force Majeure shall mean any event or circumstances or combination of events or circumstances that
materially and adversely affects, prevents or delays any Party in performance of its obligation in accordance
with the terms of the Agreement, but only if and to the extent that such events and circumstances are not
within the affected party's reasonable control, directly or indirectly, and effects of which could have prevented
through Good Industry Practice or, in the case if construction activities through reasonable skill and care,
including through the expenditure of reasonable sums of Money. Any events or circumstances meeting the
description of the Force Majeure which have same effect upon the performance of any contractor shall
constitute Force Majeure with respect to the Bidder. The Parties shall ensure compliance of the terms of the
Agreement unless affected by the Force Majeure Events. The Bidder shall not be liable for forfeiture of its
implementation / Security deposit, levy of Penalties, or termination for default if and to the extent that it’s
delay in performance or other failure to perform its obligations under the Agreement is the result of Force
Majeure.
Force Majeure Events: The Force Majeure circumstances and events shall include the following events to the
extent that such events or their consequences (it being understood that if a causing event is within the
reasonable control of the affected party, the direct consequences shall also be deemed to be within such party's
reasonable control) satisfy the definition as stated above.
Without limitation to the generality of the foregoing, Force Majeure Event shall include following events and
circumstances and their effects to the extent that they, or their effects, satisfy the above requirements:
Natural events (“Natural Events”) to the extent they satisfy the foregoing requirements including:
a) Any material effect on the natural elements, including lightning, fire, earthquake, cyclone,
flood, storm, tornado, or typhoon;
b) Explosion or chemical contamination (other than resulting from an act of war);
c) Epidemic such as plague;
d) Any event or circumstance of a nature analogous to any of the foregoing.
Other Events (“Political Events”) to the extent that they satisfy the foregoing requirements including Political
Events which occur inside or Outside the State of UP or involve directly the State Government and the Central
Government (“Direct Political Event”), including:
a) Act of war (whether declared or undeclared), invasion, armed conflict or act of foreign
enemy, blockade, embargo, revolution, riot, insurrection, civil commotion, act of terrorism or
sabotage.
b) Strikes, work to rules, go-slows which are widespread, nation-wide, or state-wide and are of
political nature;
c) Any event or circumstance of a nature analogous to any of the foregoing.
Page 69 of 97
ARTICLE – 27: DELIVERY TIMELINES, SERVICE LEVEL AGREEMENT AND PENALTY
a. DELIVERY TIMELINES-
Sr.
Activity Timeline in Weeks
No
5. Go Live T + 24 Weeks
c. Service Levels
The service levels are defined for all the products which are mentioned in this RFP.
Uptime (Solution Uptime)
The vendor shall ensure that the system gives minimum 99.95% uptime (Calculated on monthly basis,
which includes servers, storage, switches, collectors, co-relation engine and solution as a whole). For
every 0.10% or fraction thereof of additional downtime, UPPCL will impose a penalty of 1% of the
monthly payment (subject to maximum of 10% of the contract value during warranty and AMC contract
value during AMC period).
Service Level Agreement
The bidder and /or OEM will also have to enter into a Service level agreement for Service Support as per
the terms and conditions of this RFP and covering the scope of work and technical requirements.
i. Low risk means that a threat event could be expected to have a limited adverse effect on organizational
operations, organizational assets, individuals, other organizations, or the Nation.
ii. Medium risk means that a threat event could be expected to have a serious adverse effect on
organizational operations, organizational assets, individuals, other organizations, or the Nation
iii. High risk means that a threat event could be expected to have a severe or catastrophic adverse effect on
organizational operations, organizational assets, individuals, other organizations, or the Nation.
iv. Very high risk means that a threat event could be expected to have multiple severe or catastrophic
adverse effects on organizational operations, organizational assets, individuals, other organizations, or the
Nation.
Page 70 of 97
d. Broad SLA parameters for all components-
S. No. Component Parameter SLA
1. Closure of Audit Compliance to be submitted High Risk observations = Penalty of
Observations received within 7 working days for all 1% of billing cycle payment after 7
from Cyber Security High Risk Observations. days, per week thereafter, till the full
Operation Center compliance
For all other observations,
Other Observations = Penalty of 1%
compliance to be submitted
of billing cycle payment after 1
within 1 month.
month, per week thereafter, till the
full compliance.
2. Any component In case of faulty component, the Penalty of 1% of the cost of the
becoming faulty even bidder will have to replace the component (as per bill of material
though remaining component within 7 days. submitted by the bidder) after 7 days
solution is working Moreover it should be ensured from date of device becoming faulty,
by the Bidder that the Faulty/Out per week thereafter from billing
dated component should not cycle payment, till the replacement of
hamper the working of the the component.
Solution
3. Patching/ loading latest The latest software versions/ Penalty of 1% of billing cycle
versions of the software patches to be installed after payment after 1 month, per week
components in place testing within 7 days from the thereafter, till the report of patching/
release of latest version/update version upgrade is submitted to the
by OEM for On-premises tools. UPPCL
Page 71 of 97
4. Attrition of Resources The bidder has to give 3 i. UPPCL will not allow to leave
months advance notice in case the resource till 3 months are
any resource deployed by the completed from date of
bidder for this project is notification.
leaving this project. ii. The bidder will ensure that the
resource should not leave before
The bidder shall deploy 3 months.
another resource within 3 iii. In case, the resources leave
months from date of before that, then that will be
notification to the UPPCL. considered as “Absent” till the
completion of 3 months period.
Any L1 resource going on Penalty will be levied
leave (Absentee) shall be accordingly.
replaced by another L1 For absentee penalty is as follows:
resource immediately. 1. Project Coordinator = Rs.5,000/=
per day.
Resource replacement should 2. Project Manager = Rs.10,000/=
be acceptable to UPPCL. per day
In case the replacement resource is
not deployed within 3 months from
notification, UPPCL will deduct
penalty as follows:
1. Project Coordinator = Rs.5,000/=
per day.
2. Project Manager = Rs.10,000/=
per day
Penalty will be applied in quarterly
billing cycle.
In case the bidder fails to meet the
resource requirement for any
quarter, UPPCL shall impose
penalty as mentioned above and
would also not make payment for
the absent resource.
Page 72 of 97
7. Additional Licenses Additional Licenses of tools Additional lot of 500 of each tool
(in a lot of 500 for each required to be configured and should be made Go-live within 10
tool )- made go live as per requirement days.
1. UEM (Unified End of UPPCL/ Discoms Delay penalty – 0.1 % per day delay
point Management) against cost of Additional lot of 500
2. Endpoint Detection of each tool
and Response (EDR)
3. Secure Access
Service Edge
4. PAM (Privileged
Access
Management)
5. Anti-DDoS (Anti-
Distributed Denial of
Service)
6. DAM (Database
Activity Monitoring)
e. Penalty-
Once the contract is awarded, the bidder shall not refuse to accept the same. In case of refusal by the
bidder, UPPCL may revoke the EMD/Performance Bank Guarantee.
i. The selected bidder shall ensure services at a level of excellence which matches with the Scope
of Work requirements of the RFP.
ii. The agency shall render the services strictly adhering to the expected timeline mentioned in this
section and Delivery, Installation and Commissioning timelines. Any delay, not condoned by
UPPCL, on the part of the bidder in the performance of its obligations shall attract penalty. Post
that UPPCL will have the option of getting the work done through alternate sources at the cost
and risk of the SI, which will be realized from pending payments of the bidder, or from the
security deposit, or from the Performance Bank Guarantee or by raising claims.
iii. UPPCL/ User departments reserve the right to levy/ waive off penalty considering various
circumstances at that point in time.
iv. If at any time during performance of the work order, the CSSI encounter conditions impeding
timely performance of the ordered services, the CSSI shall promptly notify UPPCL in writing of
the fact of the delay, it’s likely duration and its cause(s).
v. For non-execution of work orders for reasons attributable to the agency, UPPCL would be free
to use defaulting agency’s Performance Bank Guarantees received against the affected work
order and/or termination of the Contract provided agency fails to remedy such default in spite of
30 days written notice from UPPCL to cure such default
vi. The general terms w.r.t the service level agreement is defined as mentioned below.
a) Response / Resolution time starts from the time the call is logged
b) For the purpose of SLA, a day means the period from the commencement of business hours (8
AM) to close of business hours (8 PM). Sunday will be considered as a non-working day.
Further, the holiday list will be determined by the calendar being followed by the Department /
Ministry / User Location
Page 73 of 97
Penalty for delay in delivery and installation of service
i. Delivery of all the quoted ICT infrastructure and service components shall be completed strictly
adhering to the expected timeline mentioned in this section and Delivery, Installation and
Commissioning timelines.
ii. Each lot mentioned in the Technical Specification shall be considered as a single package and
the delivery shall be considered to be complete only when all the individual components
mentioned in the tool are configured at UPPCL in the stipulated time.
iii. Partial deliveries of the lot components shall be permitted while adhering to the delivery
timelines. However, the payment against each tool shall be released only after the complete
implementation, configuration and Go-Live of all the items in that category and consignee
acceptance of the components.
iv. Penalty on each tool shall be charged for each tool lot not made Go-Live in time mentioned in
Delivery Timelines and SLA, as per the below table.
Clause Penalty
Delay in Go-Live 1 % per week with max capping of 10% of Contract Value
Note: CSSI shall provide a valid business reason to UPPCL for delay in delivery, installation and go-live. If
no valid reason and/or effect of force majeure condition is established, then UPPCL may choose to take
disciplinary action and revoke the CSSI ’s Bank Guarantee.
Page 74 of 97
actual at the time of billing.
System Integrator (SI) is required to follow the Uttar Pradesh Power Corporation Limited (UPPCL)'s
established procedures and guidelines for resolving any disputes that may arise during the duration of the
contract.
Page 75 of 97
ARTICLE – 34: PAYMENTS TERMS-
The payments shall be strictly made based on acceptance and quality of deliverables, performance and
timelines of services delivered by the System Integrator (As applicable).
The Cyber Security System Integrator (CSSI) should produce a completion/ installation certificate indicating
“Ready-for-use” status (i.e., delivery, installation, commissioning, and successful operation of system) for
respective deliverable/services for project system, duly signed as accepted by the UPPCL.
3. AMC/ATS, Operation, Support, Change a. Payable quarterly after end of a. Due after Go
Management each quarter of line item 8 of live
Price Bid 3 (PB3) b. Uptime basis
Page 76 of 97
ARTICLE – 35: CONTRACT PERIOD
Implementation period post contract signing will be for six (6) months.
The Bidder will have to provide the services for a period of five (5) years as per the detailed
Requirement given under section 3 and section 4. The tenure of the project will start from the date of
agreement of the project by the UPPCL. The UPPCL will be reviewing the performance of the bidder
after 3 years from acceptance of project. After that, the UPPCL reserves the right to extend the
contract by another 2 years depending upon the performance of the bidder. All the hardware,
software and licenses shall be covered under warranty for 5 years and under AMC for rest of the
contract period. Further the contract may be extended by another two years as per requirements of
UPPCL on same terms and conditions.
ARTICLE–40: TERMINATION
a) Termination Notice:
The contract may be terminated at point under circumstances and specified and described below, but
with a due notice of 30 days.
b) Termination for Default:
i. UPPCL/Discom may, without prejudice to any other remedy for breach of Contract, by Notice
of default sent to the Contractor, terminate the Contract in whole or in part:
ii. If the Contractor fails to deliver any or all of the Services within the period specified in the
Contract, or within any extension thereof granted by UPPCL/Discom pursuant to requirement
and scope of RFP; or
iii. If the Contractor is found not to be satisfactory as per the given committed SLA’s as per the
RFP for a sustained period of three (03) months, then the contract may be terminated by
UPPCL/Discom at its sole discretion. All due payments for services rendered before
deterioration of SLA would be made by UPPCL post contract termination.
iv. If the Contractor, in the judgment of UPPCL/Discom has engaged in corrupt, fraudulent,
collusive, or coercive practices, as defined in RFP subsequent Sections, in competing for or in
executing the Contract; or
v. If any representative on made by the Bidder in the proposal is found to be false or misleading;
or
Page 77 of 97
vi. If the Contractor commits any breach of the Contract and fails to remedy or rectify the same
within the period of two weeks (or such longer period as UPPC/Discom in its absolute
discretion decide) provided in a notice in this behalf from UPPCL/Discom; or
vii. As specified in the Service Level Agreement.
viii. In the event UPPCL/Discom terminates the Contract in whole or in part, UPPCL/Discom may
procure, upon such terms and in such manner as it deems appropriate, Goods or Related
Services similar to those undelivered or not performed, and the Contractor shall be liable to
UPPCL/Discom for any additional costs, Services. However, the Contractor shall continue
performance of the Contract to the extent not terminated.
c) Termination for Insolvency: UPPCL/Discom may at any time terminate the Contract by giving
Notice to the Contractor if the Contractor becomes bankrupt or otherwise insolvent. In such event,
termination will be without compensation to the Contractor, provided that such termination will not
prejudice or affect any right of action or remedy that has accrued or will accrue thereafter to
UPPCL/Discom.
d) Termination for Convenience: UPPCL/Discom, by Notice sent to the Contractor, may
terminate the Contract, in whole or in part, at any time for its convenience. The Notice of termination
shall specify that termination is for UPPCL/Discom’s convenience the extent to which performance of
the Contractor under the Contract is terminated, and the date upon which such termination becomes
effective.
e) Consequences of Termination: Upon Termination of the Contract, the Contractor shall:
i. Prepare and present a detailed exit plan within five (5) calendar days of termination notice
receipt to the UPPCL/Discom.
ii. UPPCL/Discom will review the Exit plan. If approved, Contractor shall start working on the
same immediately. If the plan is rejected, Contractor shall prepare alternate plan within two
(2) calendar days. If the second plan is also rejected, UPPCL/Discom will provide a plan for
Contractor, and it should be adhered by in totality.
iii. The Contractor and the Authorized Personnel from UPPCL/Discom will sign a completion
certificate at the end of successful completion (all points tracked to closure) of the Exit Plan.
Page 78 of 97
ARTICLE 42:- Non-Disclosure Agreement
The successful bidder (CSSI) will sign Non-Disclosure agreement with UPPCL. Model format for
non-disclosure agreement is mentioned on CERT-In website. (CERT-In - > Empanelment by CERT-
In -> Model NON-Disclosure Agreement) (https://cert-in.org.in/PDF/NON-
Disclosure_Agreement.pdf ).
The Intellectual Property Rights (IPR) stipulates that all intellectual property, including but not
limited to patents, copyrights, and trademarks, arising from the execution of the contracted project,
shall be the exclusive property of the UPPCL. The bidder agrees to promptly disclose and assign all
rights to such intellectual property to the UPPCL/government, and undertakes not to assert any moral
or statutory rights that may impede the government's use, reproduction, or dissemination of the
intellectual property. In cases where third-party intellectual property is utilized in the project, the
contractor is responsible for securing necessary licenses and permissions. The UPPCL reserves the
right to sublicense or transfer the intellectual property rights to third parties if deemed necessary.
a. The Agency hereby agrees to indemnify UPPCL, for all conditions and situation mentioned in
this clause, in a form and manner acceptable to UPPCL. The Agency agrees to indemnify UPPCL
and its officer’s servant agents (͞UPPCL Indemnified Persons) from and against any costs, loss,
damages, expense, claims including those from third parties or liabilities of any kind howsoever
suffered, arising or incurred inter alia during and after the Contract period out of:
a.1 Any negligence or wrongful act or omission by the Agency or its agents or employees or any
third Party associated with Agency in connection with or incidental to this Contract; or
a.2 Any infringement of patent, trademark/copyright or industrial design rights arising from the
use of the Services or any part thereof.
b. The Agency shall also indemnify UPPCL against any privilege, claim or assertion made by
third party with respect to right or interest in, ownership, mortgage or disposal of any asset,
property, movable or immovable as mentioned in any
c. The Agency shall fully indemnify, hold harmless and defend UPPCL indemnified Persons from
and against any and all suits, proceedings, actions, claims, demands, liabilities and damages
which DISCOMs indemnified Persons may hereafter suffer, or pay by reason of any demands,
claims, suits or proceedings arising out of claims of infringement of any domestic or foreign
patent rights, copyrights or other intellectual property, proprietary or confidentiality rights with
respect to Services, information, design or process supplied or used by the Agency in
performing the Agency s obligations or in any way incorporated in or related to the Project. If
in any such suit, action, claim or proceedings, a temporary restraint order or preliminary
injunction is granted, the Agency shall make every reasonable effort, by giving a satisfactory
Page 79 of 97
bond or otherwise, to secure the suspension of the injunction or restraint order. If, in any such
suit, action, claim or proceedings, the Services, or any part thereof or comprised therein, is held
to constitute an infringement and its use is permanently enjoined, the Agency shall promptly
make every reasonable effort to secure for UPPCL a license, at no cost to UPPCL, authorizing
continue dues of the infringing work. If the Agency is unable to secure such license within a
reasonable time, the Agency shall, at its own expense, and without impairing the specifications
and standards, either replace the affected work, or part, or process thereof with non-infringing
work or part or process, or modify the same so that it becomes non-infringing.
d. UPPCL may impose a penalty on Implementation partner and that penal amount may be
recovered adjusted from invoices. UPPCL also reserve the right to forfeit the BG.
e. Survival on Termination: The provisions of this Section shall survive up to the period of
Termination of the contract.
Page 80 of 97
Section – 6
To:
Superintending Engineer IT-III, RAPDRP (Part A)/IT
5th Floor, Shakti Bhawan Extension, 14-Ashok Marg, UPPCL, Lucknow- 226001.
Sub:- RFP for “Selection of Cyber Security System Integrator for Cyber Security Tools for PuVVNL,
MVVNL, DVVNL, PVVNL, KESCo.”
Dear Sir,
We, the undersigned...................... [Insert name of the Bidder] having read, examined and understood in detail
the RFP for “Selection of Cyber Security System Integrator for Cyber Security Tools for PuVVNL, MVVNL,
DVVNL, PVVNL, KESCo.”
Page 81 of 97
Name : ………………………………………………..
Designation:……………………………………………….
Company:…………………………………………………...
Address:…………………………………………………….
Mobile :…………………………………………………
Phone:………………………………………………………
Fax:………………………………………………………….
Email:……………………………………………………….
8. We are submitting here with the Technical Bid on e-Tender portal.
9. We are also submitting here with the Financial Bid on e-Tender portal.
10. It is confirmed that our Bid is consistent with all the requirements of submission as
stated in the RFP and subsequent communications from UPPCL.
11. The information submitted in our Bid is complete, strictly as per the requirements
stipulated in the RFP and is correct to the best of our knowledge and understanding. We would be
solely responsible for any errors or omissions in our Bid.
12. We confirm that all the terms and conditions of our Bid are valid for acceptance for a
period of 180 days from the Bid Submission Deadline.
13. Weconfirmthatnoorder/rulinghasbeenpassedbyanyCompetentCourtorAppropriateCommi
ssio n against us or Associates in the preceding one (1) year from the Bid Submission Deadline for
breach of any contract and that the Bid Security submitted has not been forfeited, either partly or
wholly, in any bid process in the preceding one (1) year from the Bid Submission Deadline.
Dated the……………[Insert date of the month] day of………[Insert month, year] at [Insert place].
Page 82 of 97
FORM2: GENERAL INFORMATION
Page 83 of 97
FORM 3: PERFORMA OF COMPLIANCE LETTER/AUTHENTICITY OF INFORMATION
PROVIDED
(Shall be submitted as scanned copy on Bidder’s letterhead duly signed by Authorized signatory)
[On the letter head of Bidder] [Reference No.] From:
[Address of the Bidder] [Telephone No., Fax No., Email] [Date]
To,
Superintending Engineer IT-III, RAPDRP (Part A)/ IT
5th Floor, Shakti Bhawan Extension,
14. Ashok Marg, UPPCL,Lucknow -226001
Sub: - RFP for “Selection of Cyber Security System Integrator for Cyber Security Tools for PuVVNL,
MVVNL, DVVNL, PVVNL, KESCo.”
Ref: - Your Tender No. XXXXXXX (the “RFP”).
Dear Sir,
We, ………………….…….… [Insert name of the Bidder] have read, examined and understood the
RFP and RFP Documents for work of ‘Selection of Cyber Security System Integrator for Cyber Security
Tools for PuVVNL, MVVNL, DVVNL, PVVNL, KESCo.”.
We hereby confirm our concurrence with the RFP including in particular the Bid submitted by [Insert
name of the Bidder], in response to the RFP.
We confirm that the Bid has been reviewed and each element of the Bid is agreed to including but not
limited to the commitment and obligations of our Company.
The details of contact person are furnished as under:
Name: ……………………………………
Designation:…………………………
Name of the Company : ……………………………………
Address:……………………………………
Dated the …… day of of 20…
Thanking you, Yours faithfully,
………………………………
[Signature, Name, Designation of Authorized Signatory of Company and Company's Seal]
Page 84 of 97
FORM 4: Bid Processing Fees & Earnest Money Deposit Details-
Page 85 of 97
FORM 5: ELIGIBILITY CRITERIA
Note: Please fill this form and upload the copy of Certificate of Registration/Incorporation
2021-22
2022-23
Grand Total
Note: Please fill this form and upload the Audited Annual Accounts / Balance Sheet along with Profit &
Loss Account for the last three financial years and Certificate from the Chartered Accountant / Company
Secretary.
Email ID Type of
Name Of Address Contact Contact of Project Supporting
Sr. Customer Person Number of Customer Completion Document
No. Customer Date Attached
Page 86 of 97
FORM No. E4: OEM’s Experience (Customer References)
Email ID of No of Type of
Sr. Name Of Addres Contact Contact Customer Project Delivered Supporting
No. Customer s Person Number Completion Mailboxes Document
of Date Attached
Custome
r
Page 87 of 97
`Form 6: Format for Queries to UPPCL
[Query (Only in below format) format may be sent to the Chief Engineer (Level-2), RAPDRP-A/IT, UPPCL
at email-to-Email ID: etender.uppcl@gmail.com]
From: [Reference No.]
[Address of the Bidder] [Telephone No., Fax No., Email] [Date]
To:
Superintending Engineer IT-III RAPDRP-A/IT, UPPCL
5th Floor, Shakti Bhawan Extension, Ashok Marg, Lucknow -226001
Sub: Query.
Ref: Your Tender No. XXXXXXX (the “RFP”). Dear Sir,
Please find below our query with respect to the RFP subject to the terms and conditions therein:
Thanking you, sincerely yours, [Insert Signature here] [Insert Name here]
[Insert Designation here]
Page 88 of 97
FORM 7: No-Déviations Certificate
[Reference No.]
From:
[Address of the Bidder] [Telephone No., Fax No., Email] [Date]
To,
Superintending Engineer IT-III, RAPDRP (Part A)/IT
5th Floor, Shakti Bhawan Extension, Ashok Marg,UPPCL, Lucknow -226001
The Bidders hereby certifies that the bid response submitted by them are in compliance and accordance with the
RFP clauses and there is “No Deviation” submitted by them.
Please Note: In case any deviation is found in the bid submitted by the bidder, their bids are liable for rejection.
Page 89 of 97
FORM 8: Declaration that the bidder has not been blacklisted
Subject: Self Declaration of not been blacklisted in response to the RFP for Selection of Cyber Security System
Integrator for Cyber Security Tools for PuVVNL, MVVNL, DVVNL, PVVNL, KESCo.”.
Dear Sir,
We confirm that our company, _ , is not blacklisted in any manner whatsoever by any of
the Central or State Ministries / PSUs / Govt. Department on any ground including but not limited to indulgence
in corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice.
Page 90 of 97
FORM 9: FORMAT FOR AGREEMENT BETWEEN DISCOM AND BIDDER
THIS AGREEMENT is made on this day of (Month), (Year), between
of (hereinafter
called “the Purchaser”) which expression shall unless repugnant to the context thereof include his successors,
heirs, assigns, of the one part, and of (here in
after called “the Supplier”) which expression shall
unless repugnant to the context thereof include his successors, heirs, assigns, of the other part.
WHEREAS the Purchaser had invited bids for certain Services, viz.,
……………………………………………………. (eg. Name of bid) vide their bid document number.
……………….. Dated ……………..AND WHERE AS various applications were received pursuant to the said
bid
AND WHEREAS the Purchaser has accepted a Bid by the Supplier for providing those Services in the sum of.
(herein after “the Contract Price”).
And in pursuance of having accepted the said bid the parties have agreed to enter into this agreement. NOW THIS
AGREEMENT WITNESS AS FOLLOWS:
1. In this Agreement word sand expressions shall have the same meanings as are respectively assigned to
the min the Contract referred to.
2. The following documents (collectively referred to as "Contract Documents”) shall be deemed to form and
be read and construed as part of this Agreement, viz.:
a. the Detailed award of contract.
b. the Service level agreement.
c. The RFP
d. the Purchaser’s Notification to the Supplier for Award of Contract & the supplier’s acceptance of
same.
e. Bidder’s response(proposal) to the RFP, including the Bid Submission Sheet and the Price
Schedules submitted by the Supplier.
f. Annexures to Bid
In the event of any discrepancy or inconsistency within the Contract documents, then the documents shall
prevail in the order listed above.
3. In consideration of the payments to be made by the Purchaser to the Supplier as indicated in this
Agreement, the Supplier here by covenants with the Purchaser to provide the Services and to remedy the
defects there in and bring the inconformity in all respects with the provisions of the Contract.
4. The Purchaser here by covenants to pay the Supplier inconsideration of the provision of the Services and
the remedying of defects there in, the Contract Price or such other sum as may become payable under the
provisions of the Contract at the time sand in the manner prescribed by the Contract.
IN WITNESS where of the parties here to have caused this Agreement to be executed in accordance with
the laws of on the day, month and year indicated above.
Signed by Signed by
(Authorized Utility official) (for the Bidder)
Witness-1 …………………………
Witness-2 …………………………..
Page 91 of 97
FORM 11: FORMAT OF SECURITY DEPOSIT TO BE PROVIDED BY SELECTED BIDDER
[To be on non-judicial stamp paper of Rupees One Hundred Only (INR100/-) or appropriate value as per
Stamp Act relevant to place of execution, duly signed on each page. Foreign entities submitting Bid are required
to follow the applicable law in their country]
Reference No. Bank Guarantee No. Dated: To,
Dear Sir,
WHEREAS [Insert name of the Bidder] with address [Insert address of the Bidder]
having its registered office at [Insert address of the Bidder] (hereinafter the Contractor) subsequent to
participation in Tender No._ _ _ _ _ issued by UPPCL (hereinafter the Beneficiary ) “Selection of Cyber Security
System Integrator for Cyber Security Tools for PuVVNL, MVVNL, DVVNL, PVVNL, KESCo.”., have been
issued the Letter of Award as the Selected Bidder.
And WHEREAS a Bank Guarantee for Rupees [Insert amount in words] ( ) [Insert amount in figures] valid till
[Insert date six years from the date of issue of this Security Deposit] is required to be submitted by the Contractor
as per the terms and conditions of the RFP.
We, [Insert name of the Bank and address of the Branch giving the Bank Guarantee] having our registered office
at [Insert address of the registered office of the Bank] hereby give this Bank Guarantee No. [Insert Bank
Guarantee number] dated [Insert the date of the Bank Guarantee], and hereby agree unequivocally
and unconditionally to pay immediately on demand in writing from the Beneficiary any officer authorized by it in
this behalf any amount not exceeding Rupees [Insert amount in words] () [Insert amount in figures] to the said
Beneficiary on behalf of the Bidder.
We [Insert name of the Bank] also agree that withdrawal of the Bid or part thereof by the Bidder within its
validity or non- submission of Security Deposit by the Bidder within the stipulated time of the Letter of Award to
the Bidder or any violation to the relevant terms stipulated in the RFP would constitute a default on the part of the
Bidder and that this Bank Guarantees liable to be invoked and uncashed within its validity by the Beneficiary in
case of any occurrence of a default on the part of the Bidder and that the uncashed amount is liable to be forfeited
by the Beneficiary.
This agreement shall be valid and binding on this Bank up to and inclusive of [Insert the date of validity of the
Bank] and shall not determinable by notice or by Guarantor change in the constitution of the Bank or the firm of
the Bidder Or by any reason what so ever and our liability here under shall not be impaired or discharged by any
extension of time or variations or alternations made, given, concede with or without our knowledge or consent by
or between the Bidder and the Beneficiary.
NOT WITHSTANDING anything contained herein before, our liability under this guarantee is restricted to
Rupees _. Our Guarantee shall remain in force till[Insert date six years from the date of issue of
this Security Deposit].Unless demand so claims under this Bank Guarantee are made to us in writing on or before
[Insert date six years and one month from the date of issue of this Security Deposit],all right so the Beneficiary
under this Bank Guarantee shall be for feinted and we shall be released and discharged from all
liabilities there under.
[Insert the address of the Bank with complete post all branch code, telephone and fax numbers, and official round
sealof the Bank]
[Insert signature of the Bank’s Authorized Signatory
Attested: [Signature] (Notary Public) Place:
Date:
[Reference No.]
Page 92 of 97
FORM 12: FORMAT OF Earnest Money Deposit (in the form of Bank Guarantee) TO BE PROVIDED
BY BIDDER
(For depositing earnest money in case the amount for deposit exceeds Rs. 5,000 Bank guarantee should be on
a non-judicial stamp Paper of Rs. 100.00 or as per present Act and should be checked by the tenderer at the time
of issuing the Bank Guarantee for any change in the Stamp value.)
To,
Accounts Officer, Central Payment
Cell,
UP Power Corporation Ltd. Shakti Bhawan, Lucknow
Sir,
WHEREAS, a company incorporated under the Indian Companies
Act, itsregistered office at / a firm registered under the Indian Partnership
Act and
having its business office at son of at / Sri
son of
resident of at Sri son of
resident of partner carrying on business under the firm’s name and style of
M/s at Which is an unregistered partnership
(hereinafter called “The Tender”) has/have in response to your Tender Notice against <specification number>
for offered to supply and/or execute the works as contained in the Tender’s letter No .
AND WHEREAS the Tenderer is required to furnish you a Bank Guarantee for the sum of Rupees 60,00,000
(Sixty Lac) Only as Earnest Money against the tenderer’s offer as aforesaid.
AND WHEREAS we (Name and full address of the Bank) have at the
request ofthe tenderer agreed to give you the guarantee as hereinafter contained.
NOW THEREFORE in consideration of the premises we the undersigned hereby covenant that the aforesaid
tender of the tenderer shall remain open for acceptance by you during the period of validity as mentioned in
the tender or any extension there of as you and the tenderer may subsequently agree and if the tenderer shall
for any reason back out whether expressly or implied from his said tender during the period of its validity or
any extension thereof as aforesaid, we hereby guarantee to you the payment of sum of On demand
notwithstanding the existence of any dispute between the Uttar Pradesh Power Corporation Limited and
the tenderer, in this regard AND we hereby further agree as follows:
That you may without affecting this guarantee grant time or other indulgence to or negotiate further with the
tenderer in regard to the conditions contained in the said tender and hereby modify these conditions or add
thereto any further conditions as may be mutually agreed upon between you and the tenderer.
That guarantee hereinbefore contained shall not be affected by any charge in the constitution of our Bank or in
the constitution of the tender.
That any account settled between you and the tenderer shall be conclusively evidence against us of the
amount due hereunder and shall, not be questioned by us.
That this guarantee commences from the date hereof and shall remain in force till the tenderer. If his tender
is accepted by you, furnishes the security as required under the said specifications and executes a formal
agreement as therein provided or till Six months after the period of validity or the extended period of validity,
as the case may be of tender whichever is earlier.
Not with standing anything contained above liability of the Guarantor hereunder is restricted to the said sum
of and this guarantee shall expire on the Unless a claim under the guarantee
is filled with the Guarantor within six months of such date, all claims shall laps and the Guarantor shall be
discharged from the guarantee.
That the expressions ‘the tender’ and the Bank the Uttar Pradesh Power Corporation Limited herein used
shall, unless such Interpretation is repugnant to the subject or context include their respective successors and
assigns.
We (Name of Bank) lastly undertake to pay to the (UPPCL) any money so
Page 93 of 97
demanded notwithstanding any dispute or disputes raised by the Bidder(s) / Supplier(s) in any suit or
proceeding pending before any court or Tribunal relating arbitration thereto of liability under the present
being absolute and unequivocal.
The payment so made by us under this bond shall be a valid discharge of our liability for payment thereunder and
the Bidder(s) / supplier(s) shall have not claim against us for making such payment.
[Insert the address of the Bank with complete postal branch code, telephone and fax numbers, and officialround
seal of the Bank]
[Insert signature of the Bank’s Authorized Signatory]
Attested:
[Signature] (Notary Public)
Place: Date:
Page 94 of 97
Section-7
Sub: Financial Bid for Appointment of ************. Ref:- Your Tender No.
******** (the “RFP”).
Dear Sir,
We the undersigned [Insert name of the Bidder, having read, examined and
understood in
details for “Request for Proposal for Selection of Cyber Security System Integrator
for Cyber Security Tools for PuVVNL, MVVNL, DVVNL, PVVNL, KESCo.”
hereby submit our Financial Bid. We hereby undertake and confirm that:
A. We have submitted our Financial Bid strictly in accordance with the RFP
without any deviations or condition.
B. Our Financial Bid is consistent with all the requirements of submission as
stated in the RFP and subsequent communications from the Bid Process
Coordinator.
C. Rates quoted in this Bid are exclusive of GST. All other charges like freight
charges, transportation insurance, packaging/ loading/ unloading charges,
and/or any other taxes or charges applicable to such work. Any escalation in
such taxes/ levies during the tenure of the Agreement/ order will be the liability
of the bidder, and the bidder is advised to take into consideration any such
escalations in the prevailing taxes/ levies/ duties.
D. The details quoted herein shall stand valid at least 180 days from the date of
submission of this Financial Bid and for implementation of Project, if awarded,
as per the timeframe indicated in the RFP.
E. Our Quoted Prices are as per the Annexure attached herein.
Dated the …………… [Insert date of the month] day of …………… [Insert month, year] at
……………
[Insert place]. Sincerely yours, [Insert
Signature here][Insert Name here]
Page 95 of 97
Section-7
Admin User
100
Per year
Server
600 Device per
year
PAM for Cloud Infrastructure, On-
4
Premises Datacenters and Desktops Network
400 Device per
year
Public Cloud
2 (Oracle and
Azure)
Instance per
5 Database Security (DAM) 10
year
6 Anti-DDOS Solution
Application
50 per year
(on Cloud)
Page 96 of 97
Total Price for
One time
Unit
S. No. Description Quantity Unit Implementation
Rate
and
Commissioning
Development, Implementation, and One
7 Integration Services (New Tools and 1 Lot time
Existing tools) Cost
Price Bid 3 (PB3)- Annual Maintenance Contract (AMC)/Annual Technical Support (ATS),
Operation, Change Management and Support
Unit Total Price for 5
Quantity Unit
S. No. Description Rate Years (INR)#
(A) (B)
(C) (D=A*C*5)
AMC/ATS, Operation, Support,
8 5 Year
Change Management
Resource per
9 Human Resource Cost 12
Year
Note-:
i. Price Bid will be done on Total Cost (PB1+PB2+PB3).
ii. The award value shall be based on Price Bid and will be on Quality and Cost Based Selection (QCBS)
basis
iii. UPPCL/Discom shall reserve the right to make changes in quantities at plus minus 30% against any
line items at any point of time during the contract period.
iv. Quantities mentioned against line items will not be considered firm and may be adjusted with any
other line items at any point of time.
v. Quantities mentioned against each line items will not be considered firm and amount will be payable
against actual live licenses/software/hardware for a year as the case may be.
vi. Any item/ material either hardware or software required to meet the functionality specified in the
tender document whose related component is missing in the above table has to be accounted by the
Bidder and the price of the same is assumed to be reflected and taken care in the price specified to the
Client by the Bidder in this price bid.
vii. All the licenses shall be in the name of Uttar Power Corporation Ltd for the period of 5 years
viii. For all the line items 1, 2, 3, 4, 5 and 6 of Price Bid 1 (PB1) - New Tool Procurement must include
all costs of software, license, activation, commissioning and hardware for completed Go-Live and
successful operation of each tool. No additional cost will be payable to the successful bidder.
Page 97 of 97