tender document establishment of data center … · 2 at least 2 certified personals for the data...

28
TENDER DOCUMENT Establishment of Data Center at SBKWU Submission Deadline:_____16 th October_______ 2017, 10:30 A.M Tender Opening:__________ 16 th October _____2017, 11:00 A.M Vender Name:_____________________ __________________________________

Upload: vodan

Post on 04-Sep-2018

218 views

Category:

Documents


2 download

TRANSCRIPT

TENDER DOCUMENT

Establishment of Data Center at SBKWU

Submission Deadline:_____16th October_______ 2017, 10:30 A.M

Tender Opening:__________ 16th October _____2017, 11:00 A.M

Vender Name:_____________________

__________________________________

CONTACT INFORMATION

1. Name & Address of the Supplier _____________________

__________________________________________________

2. Sale Tax Registration No: ____________________________

3. Income Tax Registration No: _________________________

4. Telephone No: _____________________________________

5. Cell No: _____________

6. Bank Challan # ______________

Terms and Conditions: Caution:All bidders are requested to read this document carefully and must fulfill the under mentioned requirements

otherwise they will not be allowed to participate/open bids.

1. SBKQuetta, (hereinafter referred to as “the Purchaser”) invites / requests Proposals (hereinafter referred to as “the

Bidders”) for supply and delivery of required materials for the procurement of the infrastructure in Quetta, Pakistan.

2. The description, specification and other technical details of items for which tender has been called for should be as

per the description of the item published in Tender Advertisement.

3. Queries of the Bidders (if any) for seeking clarifications must be received in writing to the Purchaser within

three working days from the date of tender advertisement. Any query received after three working days shall not

be entertained. All queries shall be responded to within due time. SBKQuetta may host a Q&A session, if required, at

SBKQuetta premises (SBK Women's University, Brewery Road Quetta, Balochistan,Pakistan). All Bidders shall be

informed of the date and time in advance.

The Primary Contact & Secondary Contact for all correspondence in relation to this bid is as follows:

Primary Contact

Mr. Muhammad Javid Iqbal Mr. Irfan Ali

Director IT System Administrator

Email:[email protected] [email protected]

SBK Women's University, Brewery Road Quetta, Balochistan,Pakistan

Contact No: +92(081) 9213303-5 Ext 203 , 204

Secondary Contact

Mr.Imran Hussain Qureshi

Treasurer

Email:[email protected]

SBK Women's University, Brewery Road Quetta, Balochistan,Pakistan

Contact No: +92(081) 9213324

Bidders should note that during the period from the receipt of the bid and until further notice from the Primary

Contact, all queries should be communicated via the Primary Contact and in writing (e-mail) only. In the case

of an urgent situation where the Primary Contact cannot be contacted, the bidder may alternatively direct their

enquiries through the Secondary Contact.

4. In accordance with these rules, interested companies (hereinafter referred to as “Bidders”) applying for bids should

submit two separate bids/envelopes for Financial Proposal and Technical Proposal. The envelopes shall be marked as

“Financial Proposal” and “Technical Proposal” in bold and legible to avoid confusion. Initially, only the envelope

marked “Technical Proposal” shall be opened. The envelope marked as “Financial Proposal” shall be retained in the

custody of the SBKQuetta without being opened.

5. Tender is comprises of three (3) sections i.e

Section I : Establishment of Data Center

Section II: Servers & Storage

Section III: Network Equipment Solution

6. Interested venders can participate in any or all above mentioned sections on the basis of available expertise

7. SBKQuetta shall evaluate the technical proposal in a manner prescribed in RFP, without reference to the price and

reject any proposal, which does not conform to the specified requirements.

8. After the evaluation and approval of the technical proposal, technically accepted bidders only will be called for

financial bids publicly within the bid validity period. Time, date and venue will be communicated to the technically

accepted bidders in advance. The bidders technically not accepted, their financial proposals shall be returned un-

opened to the respective bidders.

9. Bidders will be solely responsible to deliver all required items/materials as well as to complete the project within the

decided timeframe from all aspects. Bids for individual items/materials will not be considered.

10. During the tender period, Bidder can request for site visit of the installation areas as well as the construction areas

for understanding all the information needed for tender document.

11. The Purchase Order will be cancelled, if goods are not delivered on the decided delivery date and time and quality of

items / goods is found substandard or low. (Legal action can be taken as per law and penalty as per rule of quoted

value will be charged).

12. The quotation should be submitted on the firm’s letter head duly signed by the Head of the firm/authorized person.

13. Amounts quoted should be written in words and figures clearly inclusive of all applicable taxes as per Government of

Pakistan.

14. A Bid validity period should be mentioned in the quotation.

15. There should be no cutting/ crossing, erasing or overwriting in the quotation.

16. During the technical evaluation no amendments in the technical proposal shall be permitted.

17. Conditional/ partial item / optional quotation shall not be accepted.

18. All Taxes will be deducted from the billed amount as per Govt. Rules. GST invoice to be provided with the bill.

19. Warranty of items/material should be mentioned in the quotation with bold.

20. 50% payment will be made on equipment delivery, 30% on installation/ Commissioning and remaining 20% will be

made after project completion.

21. The items being quoted for should be Supplied/ Delivered and Commission at our Site, SBK Women's University,

Brewery Road Quetta, Balochistan, Pakistan, within 12 weeks (tentative) after acceptance of the quotation.

22. Earnest Money @ 2% of the quoted amount will be deposited along with quotations/bid in the shape of Bank Draft /

Pay Order in Favor of SBK Women's University.

23. As authority competent to accept the tender, the Purchaser reserves the right to cancel the tender, accept or reject

one or all bids without assigning any reason thereof.

24. Its core responsibility of the qualified vender to integrate existing data center with newly established data center as

DR site.

Term Proposal

1. The server room items should be branded and/or local (refer Annexure A) and their manufacturers must be

internationally recognized. Further, their principle must be available in Pakistan. The vendor/company should be Tier-

1, an ASDP (Authorized Service Delivery Partner) and Distributor. (Copy of certificate may be attached)

2. The company in question must be an internationally licensed and recognized manufacture/OEM of server room

items.

3. Bid will be only acceptable if your Brand’s Principle/Manufacturer authorized vendor to participate in respective

tender, the vendor must submit Manufacturer authorization letter duly signed on principles letter head.

4. The vendor should provide 1 year support & 4 preventive maintenance of the server room at SBK Quetta as offered in

their respective bid.

5. Order should be placed with the name SBK Women's University.

6. Vendor/supplier must provide samples of items/goods after acceptance of technical bid, where required.

7. The company should be working in IT Industry.

Sealed package (Technical Proposal & Financial Proposal) is to reach the undersigned by 1030 hours 28th Sep 2017. No

package will be accepted after this time/ date. Tenders will be opened at 1100 hours on the same day in the presence of

the Suppliers or Authorized Representatives.

President Purchase Committee reserved the rights to increase or decrease quantity of items and accepts or rejects any or

all proposals/offers.

Financial Proposal 1. The vendor must be registered with Sales Tax, Income Tax departments and should be active tax payer. GST and NTN

must be registered with the name of the firm not with individuals.

2. The Purchase Order will be cancelled, if goods are not delivered on the decided delivery date and time and quality of

items / goods is found substandard or low. (Legal action can be taken as per law and penalty as per rule of quoted

value will be charged).

3. The quotation should be submitted on the firm’s letter head duly signed by the Head of the firm/authorized person.

4. Amounts quoted should be written in words and figures clearly.

5. All prices must be pak rupees .

6. A Bid validity period should be mentioned in the quotation.

7. There should be no cutting/ crossing, erasing or overwriting in the quotation.

8. During the technical evaluation no amendments in the technical proposal shall be permitted.

9. Conditional/ partial item / optional quotation shall not be accepted.

10. All Taxes will be deducted from the billed amount as per Govt. Rules. GST invoice to be provided with the bill.

11. Warranty of items/material should be mentioned in the quotation with bold.

12. 50% payment will be made on equipment delivery, 40% on installation/ Commissioning and remaining 10% will be

made after Completion of warranty period

13. The items being quoted for should be supplied/ Delivered and Commission at our Site, SBK Women's University,

Brewery Road Quetta, Balochistan, Pakistan within the time period will be mentioned in Purchase /Work order.

14. Earnest Money @ 2% of the quoted amount will be deposited along with quotations/bid in the shape of Bank Draft /

Pay Order in Favor of Treasurer, SBK Women's University Quetta.

15. Amount would be released after acceptance of the quotation.

16. Quoted rate/ price should be inclusive of all applicable taxes.

17. The vendor should provide a balance audit sheet of the fiscal year.

18. General Sales Tax Registration Certificate.

19. NTN Certificate & Clearance certificate of previous year tax return.

20. As authority competent to accept the tender, the Purchaser reserves the right to cancel the tender, accept or reject

one or all bids without assigning any reason thereof.

Eligibility Criteria:

In compliance with eligibility criteria for this RFP the vendor must have

1. Registered with Sales Tax Department having valid GST number

2. Registered with Income Tax departments having valid NTN number and should be active tax payer.

3. Principle/Manufacturer authorization letter for Servers, Storage devices and Cisco products to participate in this

tender.

4. 100% BoQ Compliance for quoted section/sections.

5. Company profile

6. Non Blo

Technical Evaluation Criteria for Establishment of Data Center

Sr. #

Description Marks of Eligibility

Marks Obtained

1 The bidder PastExperience in relevant projects i.e establishment of datacenter or Networks Infrastructure or Server Rooms. Marks distribution will be done as per bellow criteria 4 Projects =>20 Marks 3 Projects = 15Marks 2 Projects = 10 Marks 1 Project = 5 Marks (Provide proof according to format provided – Annexure D)

20

2 At least 2 Certified personals for the Data Center Certified Professional - CDCP (attach copies).

10

3 Annual Turn Over in last 3 Years (attach copies). 10

4 Project Implementation Plan including o Layout diagrams (AutoCAD & 3D)

o Electrical Diagram

o High-Level Diagram

o Low-Level Diagram

20

5 Reseller / Distributor / Partner for Racks & UPS’s and Cables Partner = 15 Distributor = 10 Reseller = 5

15

6 Financial Health 15

7 BoQ Compliance 10

• Technical Bids receiving a score greater than or equal to a cut-off score of 70 marks will be eligible to participate in

financial bid.

Tender Document No. ____________________________________________

Issued to M/S ___________________________________________________

Address _______________________________________________________

_____________________________________________________________

Date ______________ Signed__________________

President of Purchase Committee

- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -

Receipt

Received a sum of Rs. 5000/- (Rupees Two Thousand only) as non-refundable payment from

Mr. _________________________

NIC ___________________

on accounts Tender Documents supplied to

M/S_______________________________

Address ___________________________________________________

In response to SBK Quetta, Tender Notice appeared on the 15June, 2017

Tender Document No. __________ Sign ________________

Annexures

A. Technical Specification.

B. Current Layout.

C. Manufacturer’s Authorization Letter.

D. Project Proof Format.

Bill of Quantity

S #

Brand DESCRIPTION Qty. UOM UnitPrice TotalPrice

BILL OF QUANTITY FOR CIVILMATERIAL

1 Imported Supply of MS Door fire rating 60 min Size(7” x 3.5”) for Data Center & Power Room

1 Each

2 Local Supply of Glass Door 16 mm size (7” x 3.5”) for Power Room

1 Each

3 Imported Anti-static flooring for DATA CENTER size (16x12) and Power Room size (8 x 12)

1

SqFt

4 Dampa or Equillent

Dampa False Ceiling 2 x 2 for Data Center and Power Roomonly

SUBTOTAL PKR

BILL OF QUANTITY FOR ELECTRICALMATERIAL ( Requires site Visit)

1

DBLocal / Breaker Schneider or equivalent

Main Power DistributionPanels

1

Each

MCCB MainTP

MCCB TP Breakers for Input /output

MCCB TP for DCAC

MCB SP for SplitAC

MCB SP for technology box / Lights and Spare

Digital Voltmeter and Ammeter with LED indications

2

DBLocal / Breaker Schneideror equivalent

UPS Sub-DistributionPanels

1

Each

MCCB MainTP

Make BeforeBrake

MCB SP ForRacks

MCB SP for Fire Suppuration / Access Control System / Technology Boxand Spare

Digital Voltmeter and Ammeter with LED indications

3

Local

Earthing / Grounding Copper Rod 3/4" x 10' Solid Boring till 30-50ft, BusBar Pipe with complete accessories Earthing Chemical + Salt + Coal ( Earth Chemical)

1

EACH

Cabling

1

Pakistan or

Universal

1 x 4C x 185mm PVC Cable from main Grid &Genset

280

METER

2 Pakistan

or Universal

1 x 1C x PVC Cable on Cable Tray from Earthpit

50

METER

S# Brand DESCRIPTION Qty. UOM UnitPrice

TotalPrice

3 Pakistan

/ Universal

1 x 4C x PVC/PVC Cable on Cable TrayFSU / UPS

1

JOB

4 Pakistan

/ Universal

1 x 1C x PVC/PVC Cable on CableTray

5 Pakistan

/ Universal

1 x 3C + 1 core for SplitAC

6 Pakistan

/ Universal

3 x 1C x PVC/PVC Cable on Cable Tray for Rack

7 Pakistan

/ Universal

supply of 3/0.29 cabling for Lightscircuit / Access Control / Fire Suppression &tech

8 Clipsal Industrial Plug Sockets 3-Pin forRacks

9 Clipsal Industrial Plug Sockets 3-Pin for Non criticalUPS

10 Orange Technology Box with 1 Raw, 1 UPS and 1 Data

11 Lumiere /Osaka

LED Lights for Data Center, power Room & NOC

12 Clipsal Switch board forlighting

13 Clipsal switch sockets for Cameras and access control

14 Clipsal Switch Sockets for splitAC

15 D-Link Ethernet cabling for technologybox

SUBTOTAL PKR

BILL OF QUANTITY FOR DATA & ELECTRICAL CABLE RACEWAYSYSTEM

1

Local

Supply of Metal Steel perforated cable tray with top cover above powder coated cable routing system for Data, Power &A/C

160

RFT

2

Local

Supply of GI cable tray with top cover routing system for DC Air Conditioning System

56

RFT

SUBTOTAL PKR

10 | P a ge

S# Brand DESCRIPTION Qty. UOM UnitPrice TotalPrice

BILL OF QUANTITY FOR ACCESS CONTROLSYSTEM

1

ZKAccess /Tecoor

equivalent

Finger Print + Card Reader + Pin Code Reader -Access Control System - for 2000 Users - Reading time 1 seconds- TCP/IP Based System - RS232Connectivity - LCD Screen- Built in Access ControlSystem.

2

EACH

2 Electromagnetic Lock/ BoltLock 2 EACH

3 Infrared / pushbutton 2 EACH

4 RFIDcard 10 EACH

5 Uninterrupted powersupply. 2 EACH

6 LAN / PowerCabling 2 EACH

SUBTOTAL PKR

BILL OF QUANTITY FOR 20KVAUPS

1

Emerson / APC / MGE or equivalent

20KVA/18KW UPS 400VLCD Long Backup model (nobattery)

2 EACH

2 SIC card for SNMP/WEB Management for LiebertITA

1 EACH

3 Parallel Communication Cable Kit for Liebert 16/20kVAITA

2 EACH

4 External Battery CabinetEmerson 8 EACH

SUBTOTAL PKR

BILL OF QUANTITY FOR COOLINGSOLUTION

1

Dawlance /

Kenwood

4-Ton Floor Standing Air-Conditioner for DataCenter including accessories

2 EACH

2 1.5-Ton Split Air-Conditioner (Dawlance / Kenwood) for PowerRoomincluding accessories

2 EACH

SUBTOTAL PKR

11 | P a ge

S# Brand DESCRIPTION Qty. UOM UnitPrice TotalPrice

BILL OF QUANTITY FOR RACKSOLUTION

1

Branded

Rack 42U 600X 1090 C/W Perforated doors with lock and key ;Split side panels ; EIA mounting rails ; levelling feet ; color black ; Curved front door

3

EACH

2 1U Blanking PanelBL 30 EACH

3 2U Blanking PanelBL 30 EACH

SUBTOTAL PKR

BILL OF QUANTITY FOR BASIC RACK POWER DISTRIBUTION UNIT(PDU)

1 Basic PDU: Twenty-one IEC-C13 & Six

IEC-C19 outlets, 32amp rated- 8 EACH

2 LTS 16A, C20 Input, 6-wayC13 and 1-way C19 outlets(02352190)

1 EACH

SUBTOTAL PKR

BILL OF QUANTITY FOR ENVIRONMENTAL MONITORINGSYSTEM

1

Sky / Enviroor equivalent

Environment Monitoring System 5D Sensorssupported: external configurable sensors digitalinputs OS inside User-programmable

1

EACH

2 Temperature/Humidity Combination Sensor

3

3 Water Leak Detect Sensor10m 2

SUBTOTAL PKR

BILL OF QUANTITY FOR IP SURVEILLANCE & MONITORINGSOLUTION

1 Non Generic Fixed 2 megapixel resolution CMOS ICR Infrared Network BulletCamera

5 EACH

2 D-Linkor equivalent

8-Port Fast Ethernet PoE DesktopSwitch 1 EACH

3 Non Generic 16 Port NVR Basic for Cameraonly 1 EACH

4 D-LinkNon Generic

Wiring forIP-Camera 1 JOB

5 Branded 3-TB SATA HDD forrecording 2 EACH

6 SamsungNon Generic

LED TV 46" with HDMI cabling & complete fitting

1 EACH

SUBTOTAL PKR

12 | P a ge

S# Brand DESCRIPTION Qty. UOM UnitPrice TotalPrice

BILL OF QUANTITY FOR FIRE SUPPRESSION SYSTEMFM-200

DATA CENTERROOM

1

EP/Sigma / Context

plusor equivalent

Fire Suppression extinguishing control panel 1 Each

Optical smoke detector with base (UL Listed with FlashingLED)

6 Each

24V red Vantage-Combi fire sounder/beacon

1 Each

Fire Alarm Bell6" 1 Each

ELEC-MANUAL ACTUATOR MODEL NODEEM,

1 Each

VERTICAL BRACKET, DISCHARGE ADAPTOR, CAUTION SIGN,RADIAL NOZZLE, Abort Switch,etc.

1

Each

MODULAR CYLINDER SYSTEMNOVEC 1230 (24 bar)Modular cylinder manufactured according to the European standard CE and portable pressure equipment with Bracket, Actuator

1

Each

UPSROOM

2

EP /Sigma / Context

plusor equivalent

Fire Suppression extinguishing control panel 1

Each

Optical smoke detector with base (UL Listed with FlashingLED)

4 Each

24V red Vantage-Combi fire sounder/beacon

1 Each

Fire Alarm Bell6" 1 Each

ELEC-MANUAL ACTUATOR MODEL NODEEM,

1 Each

VERTICAL BRACKET, DISCHARGE ADAPTOR, CAUTION SIGN,RADIAL NOZZLE, Abort Switch,etc.

1

Each

MODULAR CYLINDER SYSTEMNOVEC 1230 (24 bar)Modular cylinder manufactured according to the European standard CE and portable pressure equipment with Bracket, Actuator

1

Each

SUBTOTAL PKR

13 | P a ge

FINANCIALPROPOSAL

S# Brand DESCRIPTION Qty. UOM UnitPrice TotalPrice

BILL OF QUANTITY FOR RACK CONNECTIVITY PASSIVESOLUTION

1

D-Linkor

equivalent

CAT-6 UTP 48 Port Patch Panel Loaded with Cat-6 I/Os, Straight, 2U (3.50 in)x 19.0in

1

Each

2 D-Linkor equivalent

CAT-6 UTP 24 Port Patch Panel Loaded with Cat-6 I/Os, 1U (1.75 in) x 19.0in

4 Each

3 D-Linkor equivalent

Cable Manager Panel, Horizontal Finger Duct, Single-sided, 2U (3.50 in) x 19.0in

5 Each

4

D-Linkor

equivalent

Category 6 (CAT6) 24 AWG solid bare copper, 4-pair UTP cable, exceed TIA/EIA- 568-B.2-1 and ISO/IEC 11801:2002 Class E, IEC61156-5, IEC60332-1-2,EN50288-6-1 and EN50173-1 Standard 305mBox

4

BOX

5 D-Linkor equivalent

Cat 6 RJ 45 to RJ 45 Patch Cable, UTP,PVC, 1mBlue

80 Each

6 D-Linkor equivalent

Cat 6 RJ 45 to RJ 45 Patch Cable, UTP,PVC, 3mBlue

72 Each

7 D-Linkor equivalent

OFD Loaded with 12-Port MM duplex SC adopter 1U (1.75 in) x 19.0in

8 Each

8 D-Linkor equivalent

12C MM Armoured outdoor unitubecable /Meter

600 Each

9 D-Linkor equivalent

12C MM 10G Armoured outdoor unitube cable /Meter

150 Each

10 D-Linkor equivalent

SC-LC duplex MM patch cord3M 28 Each

11 D-Linkor equivalent

SC Simplex Pigtail,MM 112 Each

12 D-Linkor equivalent

SC-LC 10G duplex MM patch cord3M 8 Each

13 D-Linkor equivalent

SC 10G Simplex Pigtail,MM 32 Each

14 Labeling, Testing & OtherAccessories 1 JOB

SUBTOTAL PKR

14 | P a ge

S# Brand DESCRIPTION Qty. UOM UnitPrice TotalPrice

BILL OF QUANTITY FOR SERVICES &INSTALLATION

1

ST-

Services

CivilWorks

1

JOB

2 ElectricalWorks

3 Data & Electrical Cable RacewaySystem

4 Access ControlSystems

5 20KVA UPS

6 CoolingSystems

7 Servers & CommunicationsRack

8 PDU & LTS

9 Environment MonitoringSystem

10 Fire Suppression SystemFM-200

11 IP Surveillance & MonitoringSolution

12 Rack Connectivity PassiveSolutions

SUBTOTAL PKR

Wireless Cards

1 PCI Wi-FI card for

Desktops

150Mbps Wireless Lite N PCI Express Adapter, Atheros chipset, 1T1R, 2.4GHz, compatible with 802.11n/g/b, 1 detachable antenna

250

Section II

Servers & Storage

Page | 1

Technical Eligibility Criteria

Sr. # Description

Marks of Eligibility

Marks Obtained

1 The bidder PastExperience in relevant projects i.e supply and installation of servers and storage devices. Marks distribution will be done as per bellow criteria 4 Projects = 20 Marks 3 Projects = 15 Marks 2 Projects = 10 Marks 1 Project = 5 Marks (Provide proof according to format provided – Annexure D)

20

3 At least 2 Certified personals for the installation of Servers and storage devices(attach copies).

10

4 University Staff Training plan on deployment of Servers, storage devices, VMware and Services

15

5 Annual Turn Over in last 3 Years (attach copies). 10

6 Project Implementation Plan including o Layout diagrams ( Server placement )

o High-Level Diagram

o Low-Level Diagram

20

7 Financial health 15

8 BoQ compliance 10

Page | 2

Bill of Quantity

S. No Description Specification

Qty Unit Price

Total Price

PRODUCTION SERVER

2

1

Processor

Dual Intel Xeon Processor E7-4830 v4 2.1GHz or Higher must be installed

Processor Sockets Four

Chipset Intel

RAM

256GB DDR4 Installed RAM (PC4-19200 2400MHZ) upgradeable upto 6 TB

Hard drive 2 x 400GB Enterprise Mainstream 12Gb SAS SFF

Network Controller 4 x 1GBE Interface 1 x Dual Port 10GBase-T Adapter

Storage Controller Hardware Based RAID Controller 12 GBPS

Expansion Slots Minimum 2 x PCI/ PCIe Slots or Higher

Optical Drive Internal/ External

HBA Card 16Gb FC Dual-ports or Higher

Form Factor 2U / 4 U rail kit and cable management included

Power supply Redundant Power Supplies

Management Advance management software

USB Minimum 2 on front and 4 on back side

Warranty Minimum 3 Years standard warranty from OEM

Total

2 STORAGE

1

Storage Dual Active/ Active Controller

Drive Bays Minimum 24 2.5" Drives Bays with 12Gbps backplane

Drives Installed 24 x 600GB 2.5" 15K HDD must be installed

User Interface Web based management (All Licenses must be included)

RAID Support 0, 1, 3, 5, 6, 10, 50

Controller Cache Memory Minimum 16GB Cache

Upgradeable Firmware Upgradeable firmware to the latest or upcoming versions by OEM

Host Ports Minimum 8 x 16 Gbps Ports for Host

Page | 3

Connectivity

Power Supply

Dual AC Power Supply with Power Cables

FC Cables Must Include all required Fiber Cables

Warranty Minimum 3 Years standard warranty from OEM

Total

3 Virtualization

Software

VMware vSphere 6 Enterprise Plus

for 1 Processor Server License & 3

Year Support & Subscription

VMware vCenter Server 6 Standard

for vSphere 6 (Per Instance) License

& 3 Year Support & Subscription

8

1

Total

Page | 4

SECTION –III

CISCOSolution

Page | 5

Technical Eligibility Criteria

Sr. #

Description

Marks of Eligibility

Marks Obtained

1 The bidder PastExperience in relevant projects i.e establishment of datacenter or Networks Infrastructure or Server Rooms. Marks distribution will be done as per bellow criteria 4 Projects = 16 Marks 3 Projects = 12 Marks 2 Projects = 8 Marks 1 Project = 4 Marks (Provide proof according to format provided – Annexure D)

16

2 University Staff Training plan on Commissioning / Configuration of network devices

15

3 At least 2 Certified Engineers in Network Infrastructure Services, CCNP

5

4 Annual Turn Over in last 3 Years (attach copies). 10

5 Project Implementation Plan including o Layout diagrams (AutoCAD & 3D)

o High-Level Diagram

o Low-Level Diagram

15

6 Financial Health 15

7 BoQ Compliance 10

Page | 6

Bill of Quantity

S # Item Description QTY Total Price

1 Core

Switch

1) Chassis Based Switch

2) Option for Redundant Supervisor Engines, but require single only at

this point of time

3) Require 48 Port 10/100/1000 Ethernet Ports and 2 x 12 Port 1GE Fiber

Ports each with LH Transceiver in a quantity of 8

4) Redundant Power Supply with Power Cords

5) Supervisor Engine Switching capacity should be at least 560 Gbps

6) At least 48Gbps of bandwidth per slot

7) IPv4 throughput of at least 225 mpps

8) Should scale upto at least 240 1Gig Ports or 60 10Gig Ports

9) CPU on Supervisor engine should be at least Quad Core 1.8GHz

10) RAM of at least 4GB

11) Flash of at least 2 GB

12) MAC Address of at least 55000

13) Should be SDN Ready

14) Proposed Switch should support ISSU

15) Should support all Layer 2 Functionality with some Layer 3 (including

atleast static routes)

1

Page | 7

2 Router 1) 1U Router 2) Support Aggregate throughput upto 300 Mbps but as of now require

only 100Mbps 3) Total onboard 10/100/1000 ports should atleast be 3 4) Support enhancement of interface using slots 5) Support for atleast 2 slots 6) Online Insertion and Removal should be supported for all I/O Module 7) Memory require is 4 GB but support scalability upto 16 Gb 8) Flash Memory require is 4 GB but support scalability upto 16 Gb 9) Support Advanced Security feature and is require also 10) Support Voice termination and WAN Acceleration 11) Support protocols such as IPv4, IPv6, static routes, Routing

Information Protocol Versions 1 and 2 (RIP and RIPv2), Open Shortest Path First (OSPF), Enhanced Interior Gateway Routing Protocol (EIGRP), Border Gateway Protocol (BGP), BGP Router Reflector, Intermediate System-to-Intermediate System (IS-IS), Multicast Internet Group Management Protocol Version 3 (IGMPv3), Protocol Independent Multicast sparse mode (PIM SM), PIM Source-Specific Multicast (SSM), Resource Reservation Protocol (RSVP), Cisco Discovery Protocol, Encapsulated Remote Switched Port Analyzer (ERSPAN), Cisco IOS IP Service-Level Agreements (IPSLA), Call Home, Cisco IOS Embedded Event Manager (EEM), Internet Key Exchange (IKE), access control lists (ACL), Ethernet Virtual Connections (EVC), Dynamic Host Configuration Protocol (DHCP), Frame Relay (FR), DNS, Locator ID Separation Protocol (LISP), Overlay Transport Virtualization (OTV),[5] Hot Standby Router Protocol (HSRP), RADIUS, authentication, authorization, and accounting (AAA), Application Visibility and Control (AVC), Distance Vector Multicast Routing Protocol (DVMRP), IPv4-to-IPv6 Multicast, MPLS, Layer 2 and Layer 3 VPN, IPsec, Layer 2 Tunneling Protocol Version 3 (L2TPv3), Bidirectional Forwarding Detection (BFD), IEEE 802.1ag, and IEEE 802.3ah

12) Support Encapsulation such as Generic routing encapsulation (GRE), Ethernet, 802.1q VLAN, Point-to-Point Protocol (PPP), Multilink Point-to-Point Protocol (MLPPP), Frame Relay, Multilink Frame Relay (MLFR) (FR.15 and FR.16), High-Level Data Link Control (HDLC), Serial (RS-232, RS-449, X.21, V.35, and EIA-530), and PPP over Ethernet (PPPoE)

13) Support Traffic Management such as QoS, Class-Based Weighted Fair Queuing (CBWFQ), Weighted Random Early Detection (WRED), Hierarchical QoS, Policy-Based Routing (PBR), Performance Routing (PfR), and Network-Based Application Recognition (NBAR)

14) Support cryptographic algorithms such as DES, 3DES, AES-128 or AES-256 (in CBC and GCM modes); Authentication: RSA (748/1024/2048 bit), ECDSA (256/384 bit); Integrity: MD5, SHA, SHA-256, SHA-384, SHA-512

1

Page | 8

3 Network

Firewall 1) 1U Rack Space 2) Throughput of Firewall and Application visibility control should at

least be 840Mbps 3) Throughput of Firewall, Application visibility control and IPS should

at least be 445Mbps 4) Maximum Concurrent session should at least be 240,000 5) New connection per second of at least 7900 6) IP SEC VPN Throughput of 240 Mbps 7) Maximum VPN peers of at least 290 8) Require IPS and Malware Protection with 1 Year Subscription

License 9) Manufacturer should have installation base locally or

internationally for the same 10) 4) Manufacturer should at least be in Challenger magic quadrant of

Gartner Enterprise Firewall 11) 5) Manufacturer should at least be in leader magic quadrant of

Gartner NGIPS 12) 6) Should be among the top leader brand as per NSS Labs 2017 for

Firewall and Advanced Malware/Advanced Persistent Threats

1

Page | 9

Proposed Layout (Annexure B)

Page | 10

Manufacturer's Authorization letter (Annexure C)

To: [name of the Purchaser]

WHEREAS [name of the Manufacturer] who are established and reputable manufacturers of [name

and/or description of the goods] having factories at [address of factory]

Do hereby authorize [name and address of partner] to submit a bid, and subsequently negotiate and

sign the Contract with you against Tender Ref# No. [Reference of the Invitation to Bid] for the above

goods manufactured by us.

We hereby extend our full guarantee and warranty the terms & conditions of Contract for the goods

offered for supply by the above firm against this RFP

.

[Signature for and on behalf of Manufacturer]

Note: This letter of authority should be on the letterhead of the Manufacturer and should be signed by a

person competent and having the power of attorney to bind the Manufacturer. The Bidder in its bid

should include it.

Page | 11

Project Proof Format (Annexure D)

1. Company Name

2. Financial Proposal

3. Purchase Order

4. Project Plan

5. Sign Off Document

6. Customer Contact Information