• No results found

Telangana State Technology Services Ltd.,

N/A
N/A
Protected

Academic year: 2022

Share "Telangana State Technology Services Ltd.,"

Copied!
10
0
0

Loading.... (view fulltext now)

Full text

(1)

Telangana State Technology Services Ltd.,

l"t

Floor, BRKR Bhavan, C-Block,

Tankbund

Road, Hyderabad

-

500063, Telangana State, India.

Phone:

(40)23224935, 23226970;

Fax:

23227 458

Email:

mngdirector-tsts@telangana. gov.

in

Website:

http: / /www.tsts.telangana. gov.in CIN No: U749OOTG20 15SGC 10 15 17 Tender R

To

SHORT TENDER NOTICE TO VENDORS

Sub: TSTS-IlP Division- Procurement of Networking items at ITE&C Department, Govt. of Telangana, Hyderabad

-

Reg.

TSTS invites bids for Procurement of Networking items to ITE&C Department, Government of Telangana, Hyderabad as per the details given in the Annexure

Last date and time

for

receipt of quotations :08/03/2018 03:00 pM Date and Time for opening of

quotations

:08/03/2018 03:30 pM

Document Fee: 1000/- EMD : Rs. 15.000i-

Bidder who not paid document fee, EMD and Bids received after the due date and time for any reason whatsoever shall not be considered for opening.

Bids are to be submitted at O/o the TSTS, BRKR Bhavan, '1'tFloor, Tank Bund Road, 'C'Block, Hyd.

1

'

For each quotation,

two

separate

sealed covers

should

be

submitted. One cover containing Pre- Qualification, Technical

details (PQ&TQ Bid) and another cover containing financial

Jetails (Financial

Bid).

Use the format Financial Bid Annexure

-ll.

EMD & document purchase receipt details should be enclosed with the technical bid only

2.

Quotation should be valid at least for a period of 90 days from the date of opening.

3.

The unit price and total price should be mentioned separately exclusive of taxes and inclusive of taxes but in both cases inclusive of installation and other charges if any

4.

For any delays in delivery beyond delivery period mentioned in the purchase order, the bidder will be liable for penalties as mentioned in Clause 16.

5.

i) The bidder should submit Tender Document Fee & EMD equivalent to an amount as mentioned in the Annexure in the form of DD/BG from a Nationalized/Scheduled bank in favour of "The Managing Director, Telangana State Technology Services Ltd.," Rotational BG is not acceptable.

ii) EMD will be returned to the unsuccessful bidders after finalization of the tender

6.

The EMD should be valid at least for a period of 90 days from the date of opening of Technical bids

7.

lf the bidderwants to give option, he may submit it as separate bid along with Separate EMD. Thiswillbe treated as a separated bid for evaluation.

8.

Bidders must submit details of EMD value and date of validity along with their technical bid failing which the quotation is liable for rejection.

9.

Conditional bids are not acceotable

10.

Bidder has to quote for all items mentioned in the tender Schedules.

L-'1 will be arrived for evaluation of overall the items mentioned in the tender The bid will be reiected if the bidder has not quoted for all the items.

11.

Any deviations in format may make the quotation liable for rejection.

12.

Managing Director, TSTS reserves the right to accept or reject any or all the quotations without assigning any reasons thereof and to add, modify or delete any of the terms and conditions without any notice

'13.

Managing Director , TSTS reserves the right to modify the technical specifications including quantity at any time during the process of finalization of tender

14.

Payment terms:

14a.

Computers /Notebooks /Printers/UPS/Network/Projectors &Other ltems

i)

90 % payment on delivery & successful installation of systems duly deducting penalties if any

ii)

10 o/o payment after 30 days from the date of successful Installation and satisfactory certificate duly certified by the department official.

iii) In case Site not ready -7Sok on total value of that item and on submission of certificate from user Deoartment.

(2)

4q

to

lnstallation :

i) P

1-5 locations, bidder has

to

install the equipment or has to

obtain

Site Not Readv re ever Site is Not Ready ) from User Department officials within weet

dayllrom

tnE ivery.

ii ) PO consisting of more than

5

locations , bidder has to install the equipment or has to obtain Site Not Readv Certificate (where ever Site

is

Not Ready) from User Department officials within in

z

weet<s from the due date

of

Delivery.

Penalty

for

late Delivery:

For any delay in delivery, the Bidder will be liable for penalties as follows:

i)

1o/o of the late delivered goods for One week or part thereof; 1.5o/o, f or Two weeks or part thereof; 2o/o

for Three weeks or part thereof and so on if it is less than Eight weeks, if it is more than Eight weeks the penalty will be compounded.

ii) lf any delay is for more than 30 days, TSTS will reserve the right to cancel the order without giving any notice and EMD will be liable for forieiture

After delivery & installation of the equipment a)TSTS will conduct AT.

b)TSTS will also conduct 2nd AT if there are any shortfalls, remarks in the first AT. In this case an amount of Rs 2,000/- per visit per location will be charged to bidder account and same will be deducted from the amount Payable to the bidder.

NOTE:-A signed undertaking from the bidder certifying that

all the

Components

/

Parls / assembly used in the supplied items should be

original

new components

/

parts

/

assembly and that

no

refurbished / duplicate

/

second hand components / parts / assembly / Software's are used are or shall be used, has to be enclosed to the bid. Sample format is enclosed.

Special Terms and Conditions

a.

The Bidder has

to

provide the part coded bill of material of the offered product and should submit the invoice copy towards procurement of items from India at the time of submitting the invoice for payment claim.

b.

Should submit the proof of purchase from Offered product OEMs authorized distributer.

Yours Sincerely,

Man

W)

Pre- qualification conditions

The bidder should have Annual Turnover 100 Lakhs sales

of lT

Hardware/Network in any of the two financial years, i.e. Years 2014-15,2015-16, 2016-17 (Note-The bidder must enclose proof documents i.e., purchase orders/Contract agreement etc.,

or

Chartered Accountant cerlificate /Balance Sheet in support of their claim)

The

Bidder should

have

minimum

one

Service center

with or one

authorized service person in Hyderabad as on bid calling date. Details of the service centers or service personnel should be enclosed in Form P4.

The bidder should furnish the information on the supply

of lT

Hardware/Network products major client details to be enclosed.

The bidder should to submit PAN, VAT/Sales Tax, GST details in the pQ Bid

The bidder should be

a

manufacturer/ authorized representative

of a

manufacturer/whole sale dealer and should be in business

of

manufacture and or supply and maintenance of the offered items for a minimum period of Two years in TS/AP as on bid calling date. (The Manufacturer's Authorization for specific to this tender on offered item should be submitted as per the Annexure-lll). Non submission of MAF treated non responsive and disqualified.

The Bidder should give a Declaration that the Bidder has not been debarred/ blacklisted by any Central

or

State Govt.

/

Quasi

-Govt.

Departments

or

organizations

for

non-satisfactory past performance, corrupt, fraudulent or any other unethical business practices as per Format given in Form T2.

II

18

19

2

?

4.

5.

Note : Relevant documents in support of above should be furnished.

of l0

(3)

Re

34/ITE&C

Tender -BRS-SDC/2018

sub:

Undertaking of authenticity for the offered items in the tender

This has reference to the ltems being supplied mentioned in the tender and quoted vide our quotation no/invoice

no.

dated

1)

We hereby undertake that all the goods/components/parts quoted in the tender shall be original new goods/components/parts from respective OEMs of the products and that no refurbished/duplica[e/second hand components/parts assembly/software are being used or shall be used. Should you require, we shall produce certificate from our OEM supplier in support of above undertaking at the time of delivery. lt will oe our responsibility to produce such letters from our OEM supplie/s within a reasonable time. lh case we are found not complying with above at the time of delivery

or

during installation, for the items quoted /supplied in the tender already billed, we agree to take back and return the money if any paid to us by you in this regard.

Authorized Signatory Name

Designation

Tender Ref. TSTS/l I P/034/tTE&C-BRS-SDC/20 1 8

Form T2'Declaration Regarding Glean Track Record

To,

The Managing Director

Telangana State Technology Services Limited 'lst Floor, B Block, BRKR Bhavan,

Tankbund Road,

Hyderabad 500063, Telangana State, India Sir,

I have carefully gone through the Terms & Conditions contained in the RFP Document

[No.

l.

I

hereby declare that my company has not been debarred/ black listed

as on

Bid

catting@

Oy any State Government, Central Government, Central

&

State Govt. Undertakings/enterprises/Organizations

ind

-by any other Quasi Government bodies/Organizations, World Bank and any other major Enterprise/Organizations in India

for

non-satisfactory past performance, corrupt, fraudulent

or

any other unethical business practices. Further, declaring

that no

cases pending against

the

firm/organization either

in

Government (State

or

Union)

or

as mentioned above for involvement in cases for supply of sub-standard goods/material or track record of supply of inferior quality

or

no enquiries

on

past supplies are being conducted

or

undenrvay.

I

further certify

thai I

am competent officer in my company to make this declaration.

Yours faithfully,

(Signature of the Bidder) Printed Name

Designation Seal Date:

Business Address:

(4)

Tender Ref. TSTS/|tPIC,g t |TE&C-BRS-SDC/2O18

Annexure-lll- Manufacturer Authorization Format(MAF)

The authorization should be tender specific may be in the nature of a letter, memorandum or certificate regularry granted

by the

manufacturer

to its

channel partners, authorized

solution

providers,

system

integrators, distributors,

etc. or a

specific

letter

issued

for

purposes

of this bid.

Such communication should include statements / undertakings from the said manufacturer to the following effect.

manufacturer shall

be

honored

by that

manufacturer,

their

channel partners, distributors. authorized service centers as the case may be.

training and skill transfer workshops etc. on a regular basis

competent and having the power of attorney to bind the manufacturer.

Date : 05.03 2018 Signature of Bidder & Seal

Tender Ref. TSTS/Il P l034l ITE&C-B RS-SDC/201 8

Form-Tl

Technical Deviation Statement

Date:05.03 2018 Signature of Bidder & Stamp

Sl. No. Item Specification Required Specification of proposed item

Specification Higher/Lower

(5)

-l

Tender Ref. TSTS/Il P t034t |TE&C-B RS-SDC/2Ol 8

Format for Technical BID DELIVERY PERIOD

State Data Centre, YSR Bhavan, Gachibowli, Hyderabad Gigabit L3 Switch (48 Ports):

ITEMS

Shall be 19" Rack Mountable

Shall have dual, hot-swappable power supplies

shall have dual, fan tray slots which shall support front-to-back and back-to-front 48 fixed Gigabit/10G SFP+ slots populated with24 x 10G sR Transceivers and 4 X 1000Base-T SFP T

1 RJ-45 serial console port and 1 RJ-4S out-of-band management port Shall have switching capacity of 1 28 Tbps

Shall have up to 952 million pps switching throughput Shall provide Latency of < 1.7 ps (64-byte packets) Resiliency

Shall have the capability to extend the control plane across multiple active switches making it a virtual switching fabric, enabling interconnected switches to perform as Shall support virtual switching fabric creation across multiple swltches using 'l0G Ethernet Links

The modules/cables to create virtual switching fabric shall be provided

IEEE 802 '1 D spanning Tree Protocol, IEEE 802.1w Rapid spanning Tree protocol and IEEE 802 1s Multiple Spanning Tree Protocol

IEEE 802.3ad Link Aggregation Control Protocol (LACp)

Virtual Router Redundancy Protocol (VRRP) to allow a group of routers to dynamically back each other up to create highly available routed environments

Graceful restart for routing protocol

shall provide hitless software upgrade with single-unit In services Software Upgrade and hitless patchinq of modular OS

Layet 2 and convergence Features (any additional licenses required shall be

Shall support up to 4,000 port or IEEE 802.1Q-based VLANs

MAC address table size of minimum 128000 entries

Shall have the capability to monitor link connectivity and shut down ports at both ends if uni-directional traffic is detected, preventing loops

Shall support Jumbo frames on GbE and 1O-GbE ports Internet Group Management Protocol (IGMP)

(6)

Multicast VLAN to allow multiole

!

traffic

Data Center Bridging (DCB) proto

control (PFC), Data center Bridging Exchange (DCBX), and IEEE 802.1ea2 (ETS) for converqed applications.

FCoE support on all 10G SFP+ ports inclu ports, aggregation of E-port, N-porl virtualization.

Transparent Interconnection of Lots of Links (TRILL) support to increase the scale of enterprise data centers or equivalent technology.

EVBA/EPA support to provide connectivity into the virtual environment for a data center-ready environment or equivalent technology.

4 Layer 3 Features (any additional licenses required shall be included) Static Routing for lPv4 and lPv6

OSPF for lPv4 (OSPFv2) and tPv6 (OSpFv3)

Border Gateway Protocol 4 with support for lpv6 addressino.

Policy-based routing.

Multiprotocol Extensions for BGP-4 5 QoS and Security Features

Access Control Lists for filtering traffic to prevent unauthorized users from accessing the network.

Congestion avoidance using Weighted Random Early Detection (WRED) or eouivalent

Powerful QoS feature supporting sitrict Priority Queuing (Sp), weighted Fair eueuing (wFo), weighted Deficit Round robin (wDRR), SP+wDRR, Ingress Rate Limiting

oi

equivalent

IEEE 802.1X Port Based Network Access Control DHCP Snooping support including Option 82.

Port security, Directed Broadcast Control.

6 Management Features

configuration through secure command-line interface

(cll)

over Telnet and sSH SNMPvl. v2. and v3

sFlow (RFC 3176) or equivalent for traffic analysis FTP andTFTP support

Port mirroring to enable traffic on a port to be simultaneously sent to a network analyzer f or m on itorin g

RADIUS or TACACS+ for switch securitv access administration Network Time Protocol (NTP) or equivalent support

Shall support openFlow protocol capability to enable software defined networking (SDN)from Day '1

7 Environmental Features Shall provide ROHS Comoliance

Shall be capable of supporting AC/DC Power inputs as per requirement Operating temperature of 0'C to 40'C

Safety and Emission standards including UL 60950-1;

55022 Class A

IEC 60950-1; VCCI Class A; EN 8 Warranty and Support

The below Warranty shall be offered directly from the switch OEM

Five Year warranty with advance replacement and next-business day delivery

(7)

Other Requirements

Fora||requirements|istedabove,thenecessarycauleffi

media, manuals or any other hardware and software must be bundled and included in The p_roposed Switch Should be compatible & interoperable with existing Dell s304g Port Switch available at SDC under vSAN Setuo

WARRANTYPEROI D COMPREHENSIVE IN YEARS AMC PERCENTAGE BEYOND WARRANTY PERIOD(--- DELIVERY PERIOD IN DAYS

Date: 05.03.2018 Signature of

(8)

Annexure-l

Tender Ref. TSTS/I I P 1034t |TE&C-BRS-SDC/2Ol

I

Format for Technical BID

Signature of Vendor& Stamp

Annexure-l

Tender Ref. TSTS/I I P l034l ITE&C-BRS-SDC/201

I

Format for Technical BID Date : 05 03.2018

Date : 05.03.2018

DELIVERY PERIOD 14 days EMD Rs

Delivery at State Data Centre, YSR Bhavan, Gachibowli, Hyderabad VENDOR NAME

Item No -

2 I

'10 cigabit SFp+ Modute Quantity 96 Nos.

Item Deviation

HIGHER I

LOWER

10 Gigabit SFP+ Module

WARRANTYPEROID COMPREHENSIVE IN YEARS 1 Year

AMC P ERCE NTAG E BEYO N D WARRANTY pE Rt OD(---Specifv--

DELIVERY PERIOD IN DAYS

14

Davs

DELIVERY PERIOD 14 days EMD Rs.

Delivery at State Data Centre, YSR Bhavan, Gachibowli, Hyderabad VENDOR NAME

Item No -

3

| 40 Giqabit QSFP+ Module Quantitv 8 Nos.

Item Deviation

HIGHER

I

LOWER

40 Gigabit QSFP+ Module

WARRANTYPEROI D COMPREH ENSIVE I N YEARS 1 Year

AMC PERCENTAGE BEYOND WARRANTY PERTOD(---Specifv---

DELIVERY PERIOD IN DAYS '14 Davs

Signature of Vendor& Stamp

(9)

Tender Ref. TSTS/Il P 1034t |TE&C-BRS-SDC/2Ol 8 Format for Technical BID

DELIVERY PERIOD 14 days EMD Rs.

Delivery at State Data Centre, YSR Bhavan, Gachibowli, Hyderabad VENDOR NAME

Item No -

4 |

Dual Port 10 Gb SFP+ NIC with transceivers Quantitv 8 Nos.

Item Deviation

HIGHER

I

LOWER

Dual Port 10 Gb SFP+ NIC with transceivers

WARRANryPEROID COMPREHENSIVE IN YEARS 1 Year

AMC PERCENTAGE BEYOND WARRANTY PERTOD(---Soecifv--

DELIVERY PERIOD IN DAYS

14

Davs

Date:05.03.2018 Signature of Vendor& Stamp

(10)

tl

Tender Ref. TSTS/IlPt034t |TE&C-BRS-SDC

/20i8

Format

for

FINANCtAL BtD

Delivery State Data Centre, YSR Bhavan, Gachibowli. Hvderabad Deliverv time 14 Davs VENDOR

NAME

ITEMS Qtv

Unit Price (lnclusive

of alltaxes

Rs.)

Total Price (lnclusive of all

taxes

Rs.)

Warranty Period

1.

109 Switch (48 ports with 24 ports

populated) 4 Nos

3 Year

2.

10 Gigabit SFP+ Module 96 Nos. '1 Year

3.

40 Gigabit QSFP+ Module 8 Nos 1 Year

4.

Dual Port'10

cb

SFP+ NIC with

transceivers 8 Nos. 1 Year

Grand Total (inclusive of all taxes) Amount in words

Date:05.03.20'18 Signature of Vendor& Stamp

of l0

References

Related documents

6. The Bid evaluation shall be undertaken by the Evaluation Committee. The bids received on eProcurement portal as on bid closing date &amp; time, shall be

The bidder should be a Registered Company in India under Company Act 1956/2013 (or) a Registered Firm in India. Should be registered with relevant tax authorities.. Successful

 to furnish performance security. The bidder should be a Registered Company in India under Company Act 1956/2013 in India or a Registered Firm and should be registered with

Bidder has to quote for all items mentioned in the tender Order will be placed on L-1 (lowest financial bid) bidder. The bid will be rejected if the bidder has

Technical Bid (3 copies with first copy in original) with Tender fee &amp; EMD should be sealed in separate envelopes duly superscribed “Technical Bid” – Tender

Performance Bank Guarantee (PBG): The Successful L1 bidder should submit PBG for an amount of 5% of the Project Value in the name of “The Managing Director, Telangana

 Within the number of days indicated in the bid document, from the date of receipt of notification of award from TSTS/SNCCFL, the successful bidder shall

i) The bidder should submit EMD equivalent to an amount as mentioned in the Annexure in the form of DD/BG from a Nationalized/Scheduled bank in favour of