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