CA July 21, 2015

TATA INSTITUTE OF FUNDAMENTAL RESEARCH Autonomous Institution of the Department of Atomic Energy, Government of India HOMI BHABHA ROAD, NAVY NAGAR, CO...
6 downloads 0 Views 177KB Size
TATA INSTITUTE OF FUNDAMENTAL RESEARCH Autonomous Institution of the Department of Atomic Energy, Government of India HOMI BHABHA ROAD, NAVY NAGAR, COLABA, MUMBAI - 400 005. Telephone : 022-2278 2890, 2886, 2887, 2595 E-mail: [email protected], [email protected], Website www.tifr.res.in

Ref: TFR/PD/CA15-121

July 21, 2015

Notice inviting tender (TWO PART PUBLIC TENDER) for the following item: Sr.No.

Description

01.

Supply, Installation, Testing, Commissioning and Integration of Servers and Storage (As per attached Specifications) PUBLIC TENDER (TWO PART)

Approx Cost of Tender : Rs. 63,75,000/Cost of EMD : Rs. 1,27,500/- (To be drawn in favour of Registrar, Tata Institute of Fundamental Research, Mumbai) Cost of Tender Fees : Rs. 500/- (To be drawn in favour of Registrar, Tata Institute of Fundamental Research, Mumbai) Tender should be submitted in sealed envelope duly superscribed with the Tender No., Due Date in Bold Letters.

For further details, specifications, terms and conditions etc. please visit our website: www.tifr.res.in/tenders or www.eprocure.gov.in/cppp/ Tender should reach us on or before 27.08.2015 at 14.00 hrs. Tender will be opened on 27.08.2015 at 15.00 hrs. Please see attached sheets for tender conditions.

Shekhar G.K. Administrative Officer ‘C’

TATA INSTITUTE OF FUNDAMENTAL RESEARCH INDEX 1) Preamble 2) Scope of work 3) Terms and conditions of the tender 4) Other conditions of tender 5) Support and technical requirements 6) Technical specifications 7) Bill of Materials 8) Compliance section 9) General Terms

1.0 Preamble: TIFR is a premier research institute located in Colaba, Mumbai, India. To upgrade the IT infrastructure we are floating this TWO PART tender. This tender is for supply, testing and commissioning of servers, storage conforming to latest standards. The proposed solution should be fully compliant for dual stack, IPv4 and IPv6 standards, from day one. 2.0 Scope of work: The scope of work in brief includes consulting, engineering, planning, supply, installation, testing, commissioning, integrating with existing setup and training on the proposed devices. The bidder should visit the site to understand the existing setup before bidding for the project. The equipment’s to be supplied and commissioned in TIFR campus at, Homi Bhabha Road, Colaba, Mumbai – 400005. Contact persons: Following are the contact persons for this tender from different departments. Sri Santosh Kyadari, Scientific Officer, 022-22782263, [email protected] Sri Shekhar G. K., Purchase Officer, 022-22782890, [email protected] Sri Vinit Bhosle, Scientific Asst., 022-22782264, [email protected] 3.0 Terms and conditions of the tender: a) Both Technical Bid (Part A) and Financial Bid (Part B) to be submitted before the due date and in separate appropriately marked envelopes. These two sealed envelopes should be further put inside one master envelope superscripted with the Tender No., due date in bold letters and addressed to the Purchase Officer. The service provider has to sign and seal all the pages of the tender document and Bill Of Material (BOM) before submitting the bid. b) Only technically qualified supplier meeting all the tender criteria will be considered for commercial bid opening. c) The validity of the price bids should be at least 90 days from the date of opening of technical bid. If required, should extend the price validity. d) The supplier shall bear all costs associated with the preparation and submission of the tender. TIFR will not be responsible or liable for part or all of those costs under any circumstances. e) Supplier should have system integration experience of five (5) years and should have a team of qualified and experienced engineers to handle the project. Details of local technical manpower should be submitted with the technical bid. Supplier should have full-fledged office and support personnel stationed in Mumbai. f) Supplier representing the Original Equipment Manufacturer (OEM) should submit hard copy on OEM letter head for a) Manufacturers Authorization Form (MAF) quoting the tender reference number for which authorization is provided b) Confirmation of support service for the proposed

products for a period of at least six (6) years and confirming that the proposed products are not declared as end of sale / support c) Confirmation from OEM to support the project and provide continued support services during project implementation and post installation in all respects in the event of unforeseen circumstances arising from OEM partner. g) A compliance sheet is given at the end of this document. The compliance sheet must be filled, signed and returned as part of the tender submission. Incomplete and unsigned tender documents will not be considered for evaluation. h) To qualify to bid for this tender, supplier should give details of at least three customers in India to whom servers and storage equipment’s are supplied and installed. Purchase order copies and contact details of the technical person(s) (customer end) associated with the order should be part of the technical bid. TIFR will have full authority to check on quality of technical services and support with your customers who have given orders for supply of servers and storage. The bidder should have executed at least 1 (one) project of value of Rs. 51 lacs OR 2 (two) projects of Rs. 31.88 lacs each OR 3 (three) projects of Rs. 25.5 lacs each in the past three years starting from July - 2012 to June 2015. The projects must be pertaining to supply, installation, commissioning and integration of servers and storage equipment in an enterprise environment. Copies of purchase order and commissioning report (customer acceptance report) have to be submitted. A summary sheet listing out all the submitted orders mentioning details like date of order, customer name, contact person, value of order, value of the network equipment, order completion date, nature of work should be part of the technical bid. i) If required supplier shall organize site visits to their completed sites during the process of technical evaluation. j) The successful bidder shall give an undertaking that internal IT infrastructure setup of TIFR shall not be disclosed to anybody. k) TIFR reserves the right to accept or reject any or all bids. l) Each supplier can bid for single Original Equipment Manufacturer (OEM) only. m) The OEM shall also be responsible for proposed solution, successful project implementation and post installation support. n) Bidders are free to quote in any currency. However, bidders bidding in foreign currency should quote for ex. works price. Bidders quoting in Indian currency, should quote basic price, customs duty, CVD, taxes, excise duty, service tax, VAT etc., as applicable for all the items. o) Obsolete or near end of sale products will not be accepted. p) The supplier should not be currently blacklisted by any corporate/central/state government department / public sector unit. q) The price quoted should be firm and final. Under no condition price escalation is allowed.

r) Bidders who have not accepted the job / order offered to them or withdrawn from the tender process or whose EMD / security deposit has been forfeited in the past will not be considered for this tender. 4.0 Other conditions of tender: a) Process of Tender Submission: All tenders in response to this invitation shall be submitted in Two parts i.e. TECHNICAL BID (PART-A) and FINANCIAL BID (PART-B) in different sealed envelopes duly marked on the envelope as TECHNICAL BID and FINANCIAL BID. Both these envelopes shall be then put into another envelope super scribed with the Tender Enquiry Number and the due date in bold letters addressed to the Purchase Officer, Tata Institute of Fundamental Research, Homi Bhabha Road, Colaba, Mumbai - 400 005 and delivered at the Security Gate Office before 14.00 hrs on the due date specified. Technical bids will be opened in the presence of attending bidders at 15.00 hrs on the date specified in the tender notice. Late tenders will not be considered. Suppliers should ensure that tenders reach TIFR well before the due date and time. The Technical bid should contain/include only technical specifications, technical details, literature, references of earlier supplies of similar equipment, manufacturing and delivery schedule, inspection/testing procedures, terms and conditions etc. Bill of Material with make, model and OEM part number of all the items quoted should also be included in Part-A (Technical bid) without their price. Part – B (Financial bid) should only comprise the price and all statutory levies shown separately. After scrutiny of Technical Bids, Financial bid of the qualified suppliers only will be opened. All the information called for shall be furnished completely in all respects. However the supplier may enclose only the relevant catalogues / leaflets / brochures of the manufacturers of the equipment offered for better evaluation of their offers. Incomplete tenders or tenders not complying with the requirement are liable for rejection. Technical bid should contain part number of the manufacturer for each quoted item. Bids submitted without supporting documents will be summarily rejected. b) The tenders shall be valid for acceptance by the purchaser for 90 (Ninety) days from the date of technical bid opening and shall be extended by such period as may be needed for finalization of order. c) Earnest Money Deposit (EMD): Intending bidders shall pay an earnest money of Rs. 1,27,500/(Rs. One Lac Twenty Seven Thousand Five Hundred Only) & Tender Fees of Rs. 500/- (Rs. Five Hundred Only) by way of a demand draft drawn on scheduled bank payable to “Registrar, Tata Institute of Fundamental Research” payable at Mumbai. The earnest money (without any interest) will be returned to unsuccessful bidders only after release of purchase order to the successful bidder. Tenders which are not accompanied with EMD & Tender Fees are liable to rejection. d) Security Deposit: As a security against due fulfillment of terms and obligations of the contract, the successful bidder shall deposit a sum of 10% (ten percent) of the contract value as security deposit within 07 days from the receipt of order. The payment should be by the way of a demand draft or Bank Guarantee (BG) drawn on a scheduled bank payable to Registrar, Tata Institute of Fundamental Research, payable at Mumbai. The Earnest Money Deposit will be refunded to the bidder on receipt of the Security deposit and the Security deposit amount will be refunded after one year on successful completion and acceptance of the work. Security deposit and EMD will not carry any interest. Security Deposit or BG / EMD will be forfeited, in case supplier breaches the tender conditions, abandon the contract, non-fulfillment of the commitment for any reason and / or non-acceptance of the order.

e) Our standard Payment terms are as follows: - Up to maximum of 80% of order value against shipment of the equipment/materials. - Balance 20% of the order value will be released on completion of commissioning and acceptance of the equipment / machinery to the satisfaction of TIFR engineers. f) 1) Liquidated Damages: Time is the essence of this project. The complete project implementation shall be completed within 8 (eight) weeks of receipt of equipment at site, failing which liquidated damages at a rate of 0.25% of P.O. value per week of delay of commissioning beyond the stipulated period with an upper ceiling of 5% of the purchase order amount for all delays which do not merit any extension of time, will be levied. The countdown for commissioning will start from the date of receipt of all ordered material. The liquidated damages shall be recovered from the payment due to supplier on this or any other contract with the purchaser. 2) Liquidated damages as mentioned above are also applicable separately for delay in delivery of ordered equipment beyond the committed date as agreed mutually. Part shipment will not be considered as delivery. The countdown for delivery will start from the date of acceptance of purchase order. g) On-site hands-on training with course material to TIFR staff for all the equipment supplied to be conducted by a certified trainer. Training part should be completed before start of installation work. h) Deviation from Tender Specifications: The offer shall be made conforming to the specifications of this tender. Any deviation from the specifications shall be clearly brought out in a separate sheet. The bidder shall not make any addition / alteration in the text of the specifications. TIFR reserves the right to accept or reject the deviation. i) Tender Clause interpretation: In case of any interpretational issue arising in this tender, the interpretation / decision of TIFR shall be final and binding on the supplier. j) The purchaser reserves the right to accept or reject any or all the tender(s) either in full or in part without assigning any reasons thereof. k) The quantity and line items are tentative and may change at the time of ordering. Quote for optional items are mandatory. Optional items are not considered for determining L1. l) Technical and price bid should have OEM part number for each proposed item. m) Bundled prices are not accepted, each line item should have a price. n) TIFR is a non-profit academic institute, OEM and suppliers to consider special pricing. o) Seamless integration of the proposed solution should be possible with other OEM products / equipment and it is the responsibility of the successful bidder. p) As purchaser, TIFR has full right to split the order if required. q) All clarifications are to be sought officially over e-mail / letter addressed to purchase officer. Verbal clarifications / approvals will not be considered.

r) The insurance of the equipment’s would have to be borne by the supplier till the equipment’s have been satisfactorily delivered, installed, commissioned, integrated and issue of acceptance certificate by the institute. s) The successful bidder is required to get prior approval of the project plans and processes from TIFR before commencement of the project. This will be reviewed from time to time based on the agreed milestones. Reports on progress of the project should be submitted by the Project Manager of the bidder once a week to TIFR till the completion of the project. t) The firm must be registered with the Registrar of companies and with Maharashtra Sales Tax department for works contract tax. Income tax clearance certificate for the last three years must be attached. The company should produce the self-attested photocopies of documents related to allocation of Registration Number, PAN number, service tax number. 5.0 Support and technical requirements: a) The proposed solution, hardware and software, shall have onsite warranty of five years (5) from the date of final signoff by TIFR. On release of new version of firmware, BIOS, application, bug fix patches etc. for the supplied equipment should be patched / upgraded for stability and security of the system by supplier / OEM team. Supplier / OEM support team should advise and support this activity during the warranty period. Letter by OEM on last date of warranty for the supplied equipment should be submitted for release of balance payment. The ordered application software / equipment shall be upgraded to new versions and new releases during the warranty period. b) All supplies, hardware and software, shall have five years onsite support with OEM service window 8x5 (hrs x days), with NBD spare parts delivery. The supplier’s technical team on 8x6 should register the service call and take immediate action. If need arises they should visit the site to resolve the problem. Problem diagnosis and spare parts ordering / initiating shipping from the supplier stock / OEM stock should be completed within 4 hrs of raising the service ticket. TIFR should have privilege to open service ticket directly on OEM support portal. Any configuration changes or enabling of built-in feature on the devices should be serviced by supplier’s team / OEM during warranty period. c) All equipment proposed shall be compatible for standard 19” IT rack installation. Necessary mounting brackets, railings, power chord etc. should be part of the proposal. d) The proposed hardware and software should be fully compliant to dual stack, IPv4 and IPv6, functioning from day one. e) Supplier should submit along with technical bid schematic of the proposed solution. f) Technical requirement: The proposed equipment will be used for building redundant data center within the premises. System integrator should demonstrate and show the redundancy feature of storage system or any other such tests before handing over the system to TIFR. Cabling and building of data center is outside the scope of this inquiry. Necessary software and licenses required to make the system work in dual mode (IPv4 and IPv6) should be part of the proposal.

g) The successful bidder should submit as-built installation documents, drawings / schematics of the complete system giving all details before handing over the system to TIFR. i) All active equipment / component proposed should be of enterprise / carrier class only. TIFR will have full right not to accept items which are not of enterprise class during evaluation and / or after supply. j) The scope of work includes cabling inside racks, labelling and dressing of cables. Passive components required will be provided by purchaser. 6.0 Technical Specifications: (For quantity please refer Bill Of Materials (BOM)) 6.1 Rack servers and accessories: (Preferred makes HP/ Dell / Fujitsu / Cisco) • • • • • • • • • • • • • • •

The proposed servers should be of latest edition and 1RU in height from the preferred manufacturers mentioned above. Standard rack mountable server with accessories. Processor: Dual, Intel Xeon, E5-2650v3 (2.3GHz/10-core/25MB/105W) HP 8 x 16GB (128 GB) Dual Rank DDR4-2133 registered memory Compatible for Redhat Linux and Windows operating system 2 x 10/100/1000 Mbps onboard Ethernet ports and 1 x 10/100 Mbps management port 8 Gbps FC host bus adaptor with dual ports 1 x DVD RW Minimum 2 x USB external interface for user The server should have onboard hardware RAID controller supporting RAID 0, 1 and 5 1 x PCIe3 full length slot free after populating all the cards Power supply to function at continuous full load 2 x 1.2 TB HDD, SAS 10K RPM, 2.5 inch, 6G hot swappable, dual port enterprise class Integrated 15 pin VGA port Hardware should be fully compliant to work in dual stack (IPv4 and IPv6) mode.

6.2 Controller based storage and accessories: (Preferred makes HP / Dell / Fujitsu / Cisco / Netapp / EMC / IBM) • • • •

• •

Rack storage with dual controllers and redundant power supply 48 TB of usable space with SFF SAS disks of 1.2 TB / 1.8 TB, 10K RPM, dual port, 12G, enterprise class Each controller should have 4GB of cache and work in active – active load sharing mode Each controller should have 4 ports compatible for 8 Gbps FC SFP’s, 10/100 Mbps management port and USB interface. FC ports on the storage should have auto negotiation feature to communicate at lower throughput. Storage system should be proposed with management tool and support browser based access and management Storage system should have minimum of 60 controller based snap shot license and volume copy license enabled from day one

• • • • • • • •

Storage system should allow to create LUN’s of 256 nos. or higher Storage system should allow creation of storage pool to gain higher throughput Storage system will be deployed in SAN and virtual server environment Storage system should support at least 50 hosts from day one Storage system should be rack mountable and 2 U in height. The system should be proposed with all accessories for mounting on a standard 19” rack Storage system should allow dynamic management of partition and storage unit Storage system should have built in hardware to support RAID 0, 1, 5 and 6 with Hot- Spare Storage system should be fully compliant to IPv6 and should work in dual stack (IPv4 and IPv6)

6.3 24 Port SAN Switch with accessories: (Preferred: Brocade, Cisco, Dell, HP, Fujitsu) Fully loaded enterprise class, managed, 24 port, 8 Gbps/port non-blocking, auto sensing, 1U Fibre Channel Switch (SAN switch) compatible for 19” rack with zoning software, web tools, management software and full length rack mounting kit and other accessories. All ports should be enabled from day one and proposed with SFP’s and fiber patch chord of 5m length. SAN switch should be fully compatible to IPv6 and should work in dual stack (IPv4 and IPv6) from day one. For maintenance, the proposed switch should have USB interface. The SAN switch should work in heterogeneous environment communicating with different makes of servers and storage working on different operating systems. SAN switch should be enabled for SNMP, adaptive networking and QoS features from day one. 6.4 Microsoft Windows Server 2012 license: Supply, installation and configuration of academic version of Windows server 2012 R2 standard edition for 2 socket server. The operating system should be compatible for x86 architecture and license should be perpetual. Operating system media should be part of the solution. If CAL (Client Access License) is mandatory, then propose minimum no. of CAL. 6.5 Vmware vCenter Server Standard edition: Supply, installation and configuration of academic version of VMware vCenter Server Standard edition for 2 socket x86 server. vCenter server should be configured to work in redundancy with the existing vCenter software. The license should be perpetual and media should be part of the solution. Additional software, if any required, to achieve the objective should be specified and proposed.

7) Bill of Materials for purchase of Servers and Storage equipment Applicable levies in % Q U R C L L L t n a o ev ev ev y it t st y y y e 1 2 3

S Pa l rt n N o.

Description

1

Rack mountable x86 server as per specification in sl. No. 6.1

5

N o .

2

Controller based disk storage system as per specification in sl. No. 6.2

1

N o .

3

24 Port SAN switch as per specifications in sl. No. 6.3

1

N o .

4

Academic edition, single language, Microsoft Windows 2012 R2 Server Standard license and media as mentioned in sl. No. 6.4

1

L ic

5

Academic edition of Vmware vCenter Standard Server edition license and media as mentioned in sl. No. 6.5

1

L ic

6

8 Gbps Fiber Channel SFP's for the servers, compatible for Linux and Windows with LC interface for communication over MMF. SFP's should be from the same manufacturer of server.

1 0

N o s.

7

8 Gbps Fiber Channel SFP's 8 for the storage system, compatible for Linux and Windows with LC interface for communication over MMF. SFP's should be from the same manufacturer

N o s.

L ev y 4

Total all inclusiv e cost

Cu rre ncy

Re ma rks

of storage system.

8

Notes

5m LC-LC, MMF fiber patch chord for connecting server and storage. Patch chord should be from the same manufacturer of storage / server system. Total All licenses, software and hardware items should be quoted with manufacturers part number Any missed out hardware / software / license for the complete solution should be included as optional item and price given. If no missed out items are highlighted it is considered as the proposed solution is complete in all respects and successful bidder has to complete the installation and commissioning with the quoted items. All accessories should be from the OEM only, local makes will not be accepted Breakup of statutory levies should be given for each item Quantities are indicative and may vary at the time of ordering

1 0

N o s.

8) Checklist and compliance section: Checklist and compliance sheet (not exhaustive) to be filled up and signed by all participants for supply of server and storage equipment:

Sln

1 2 3 4 5 6 7 8 9 10 11

Document / compliance

Compliance status / Document attached mark (Y or N)

Tick the box if submitted

Supplier profile and experience details Supplier manpower details Executed purchase order summary Set of valid order documents Unpriced BOM with product details Letters from OEM Complete tender document with supplier sign and seal on each page Service / support center details IPv6 compliance and support for the proposed products Penalty clause acceptance Schematic of the proposed solution

Please Note: 1) Please include the above check list as the first sheet of the document set. 2) Please tick in the box against each document name if it is submitted. 3) Please submit all the above documents in the order given in the check list above. 4) Non submission and / or incomplete submission can lead to elimination of the vendor from the tender process. 5) No query will be raised by purchaser regarding un-submitted and / or incomplete documents.

TATA INSTITUTE OF FUNDAMENTAL RESEARCH Autonomous Institution of the Department of Atomic Energy, Government of India (A Deemed University)

HOMI BHABHA ROAD, COLABA, MUMBAI – 400 005 (PURCHASE SECTION) General Terms 1. PART “A” (Technical Bid) consisting of Technical Bid & Commercial Terms and PART “B” (Financial Bid) consisting of only Price shall be submitted in separate sealed envelopes duly super scribed with the tender enquiry number, and the due date in bold letters, addressed to the Admn. Officer (Purchase), Tata Institute of Fundamental Research, Homi Bhabha Road, Colaba, Mumbai – 400 005. The envelopes should be clearly marked on top as either PART “A” or PART “B”. The two sealed covers should be further put in a master cover super scribed with the Tender Enquiry No., Due Date in bold letters, addressed to the Admn. Officer (Purchase), Tata Institute of Fundamental Research, Homi Bhabha Road, Colaba, Mumbai – 400 005. The sealed master envelop has to be delivered by hand/courier at the security Gate Officer of TIFR on or before 14.00 hrs on the due date specified. The technical bid will be opened in the presence of attending tenderers at 15.00 hrs on the due date at Purchase Section, TIFR Mumbai. Tenders submitted after 14.00 hrs. on due date will not be considered. 2. In case the PART ‘A’ and Part ‘B’ bids are not sealed in separate envelopes the tender will be rejected. 3. The technical bid should not contain any indication of the price. 4. After scrutiny of Technical Bids, Financial bids of only those bidders who are shortlisted on technical basis will be opened at on later date. The opening date, time and venue will be intimated to the technically successful bidder. 5. Tenders containing correction, overwriting will not be considered. Late or delayed/Unsolicited quotations/offers shall not be considered at all. These will be returned to the firms as it is. Post tender revisions/corrections shall also not be considered. 6. Tenderer should sign on all the pages of the technical bid and the price bid. 7. In case of any interpretational issues in this tender, the interpretational decision of the TIFR shall be Final & binding on the bidder. 8. TIFR reserve the right to ask for or to provide any clarification, changes after the release of this tender.

9. TIFR reserve the right to cancel the tender even after the receipt of tender, and in such case the EMD would be refunded without any interest to the bidding parties. 10. The offer for Import item should indicate separately the price on FOB/Ex-works basis (duly packed airworthy / seaworthy and of international standard). For local item /supply, offer should be on FOR basis (i.e. total landed cost for delivery at TIFR, Mumbai). TIFR prefer shipment on FOB basis, Supplier therefore quote FOB price specifically. 11. Tenders who do not comply with any of the conditions are liable to be rejected. 12. The Institute shall be under no obligation to accept the lowest or any other tender received in response to this tender notice and shall be entitled to reject any tender without assigning any reason whatsoever. 13. The Micro & Small Enterprises (MSE) registered with National Small Industries Corporation (NSIC) are eligible for the applicable benefits: 14. TIFR exempted from paying of Custom duty under the notification No.51/96 dated 23.07.1996, Excise duty under the notification No.10/97 dated 01.03.1997, Octroi Duty under the registration No. 27664 dtd. 07.07.1953 & Letter No. OCT/2101/HCCI Dtd.2712-07 & Service Tax under the Notification No.F.9-48/2001-U.3 dated 07.05.2002 & circular No. 172/7/2013-ST dated 19.09.2013 for all procurements/supply meant exclusively for Educational, scientific and research purpose. Whenever the exemption certificate not honored by the authorities, the applicable duty will have to be paid. Hence Excise & Custom duties and Service tax, if any, should be shown separately. 15. Sales Tax: TIFR does not have any exemption/concession on payment of Sales Tax/VAT and we are not authorized to issue any Sales Tax Form ‘C’ & ‘D’ 16. Specifications are basic essence of the product. It must be ensured that the offers must be strictly as per our specifications. At the same time it must be kept in mind that merely copying our specifications in the quotation shall not make the parties eligible for consideration of the quotation. A quotation has to be supported with the printed technical leaflet/literature of the quoted model of the item by the quoting party/manufacturer. ADMINISTRATIVE OFFICER (PURCHASE SECTION) TIFR, MUMBAI