• 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.,

1'' Floor, BRKR Bhavan, C-Block, Tankbund Road, Hyderabad

-

500063, Telangana State, India.

P h o n e : (40)23224935, 2322697 0', F ax: 23227 458 Email : mngdirector{sts@telangana. gov. in

Website;

CIN No: U7 4900TG201 5SGC1 01517

Tender Ref. : TSTS/IlP/1 60/MCRHRD-NW2O1 9

To

Tender document fee EMD

Contact Person

5

d

9.

10 11.

12 13 14

4 A^taa

Rs '10004 (DD should be drawn in favor of The MD, TSTSL) Rs. 15,000f (DD)

Manager(l I P&NW), rajakr-tsts@telangana gov in, srinivasrao.t@gov in Dated: '17.05.2019

OPEN TENDER CALL NOTICE TO VENDORS

Sub: TSTS-llP Division- Supply & Installation of Network Switches to

Dr

MCR HRD Institute, Govt. of Telangana- Reg

TSTS invites bids to Supply & Installation of Network Switches to Dr. MCR HRD Institute, Govt of Telangana as per the details given in the Annexures.

Last date and time for receipt of quotations: 22'05'2019 03:00 PM Date and Time for opening of

quotations

: 22.05.2019 03;30 PM

4 I

6 7

Bidder who not oaid 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''Floor, Tank Bund Road, 'C'Block, Hyd

For each

quotation,

two separate sealed covers should be

submitted.

One cover

containing Pre- Qualification, Technical details-Annexure-l (PQ&TQ

Bid)

and

another cover containing financial

details (Financial

Bid).

Financial Bid Annexure

-ll

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

Quotation should be valid at least for a period of 30 days from the date of opening.

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.

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

i) The bidder should submit EMD equivalent to an amount as mentioned in the Annexure-l 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.

The EMD should be valid at least for a period of 90 days from the date of opening of Technical bids lf the bidder wants to give option, he may submit it as separate bid along with Separate EMD This will be treated as a separated bid for evaluation

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

Conditional bids are not acceptable

Bidder has to quote for all items mentioned in the tender. Order will be placed on

L-l

(lowest financial bid)

bidder The bid will be rejected if the bidder has not quoted for all the items Any deviations in format may make the quotation liable for rejection.

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

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

Payment terms:

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

ii) 10 % payment after 30 days from the date of successful Installation and satisfactory certificate duly certified by the deoartment official.

(2)

'15

to

17

Penalty

for

late Delivery and Installation:

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

i)

1o/" of the late delivery & installation or One week or part thereof; 1.5%, for Two weeks or part thereof; 2%

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 forfeiture

After delivery & installation of the equipment a)TSTS will conduct Acceptance Testing (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

/

Parts / 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

Samole format is enclosed.

Yours Sincerely,

Pre- qualification conditions

The bidder should have Cumulative Annual Turnover 50 Lakhs sales

of

lT/ITES/Networking ltems for last

two

financial years,

i.e.

Years 2016-2017

&

2017-2018.(Note-The bidder must enclose proof documents

i.e,

purchase orders/Contract agreement etc., or Chartered Accountant certificate /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 shall submit PAN, GST details and the bidder must have Telangana GST registration number and billing shall be from Telangana office.

The bidder should be

a

manufacturer/ authorized reoresentative

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 Authorlzation for offered items specific to this tender 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

4

(3)

wt20

19 Tender Ref. TSTS/IlP/1

Sub: Undertaking of authenticity for the offered This has reference to the ltems being supplied mentioned in the tender

items in the tender

and quoted vide our quotation no/invoice 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/duplicate/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 be

our responsibility to produce such letters from our OEM supplier's within a reasonable time. In 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/llP/1 60/MCRHRD-NW/2019

Form T2- Declaration Regarding Clean Track Record To,

The Managing Director

Telangana State Technology Services Limited 1st 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.

I

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

as on

Bid calling date by any State Government, Central Government, Central

&

State Govt. Undertakings/enterprises/Organizations and

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

underway

I

further certify that

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/IlP/1 60/MCRHRD-NW201 9

Annexure-lll- Manufacturer Authorization Format(MAF)

The authorization should be tender specific may be in the nature of a letter, memorandum or certificate regularly 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 communlcation 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 Signature of OEM & Seal

Tender Ref. TSTS/llP/160/MCRHRD-NW201 9

Form-Tl

echnical Statement

Sl. No Item Specification Required Specification of proposed item

Specification Higher/Lower

Date Signature of Bidder & Stamp

(5)

Form

-

P1-B

n

1 Name of the Organization

2 Year of establishment

Registered Office Address

4 Phone No.

Fax No.

b Email

Contact person details with phone no.

8 Total No. of branch offices in Telangana

q Total Network engineers and experts at

10 At Head office ( No )

11

At

branch offices (No.)

12 Whether Manufacturer? lf Yes, Provide relevant documents

1? Whether authorized dealer/ Service Provider? lf Yes. Provide relevant documents

14 Details of EMD (BG/ online payment)furnished

15 Tender Fee

16 Details of certificates enclosed.

Relevant supporting documents for the above information to be submitted.

Place &Date Bidder's signature and Seal

(6)

Annexure

-l

Tender Ref. TSTS/IlP/1 60/MCRHRD-NW201

I

Format for Technical

BID

Bidder Name

Time Line

Rs 15,000f

Dr. MCR HRD Institute, Hvderabad Delivery and Installation completion period : 15 Days

a.

ltem Switches

-

Qtv

-

05 Nos.

Sl. No Specifications Compliance

(Yes/No)

Make:

---(Specify)

1

Model: ---(Specify)

Architectu re

Shall be 19" Rack Mountable

48 RJ-45 autosensing 10110011000 ports and 4 SFP+ 1/1oGbE ports or higher The Switch should be loaded with minimum 2 LC SX Transceivers or higher

The switch should have 1 dual-personality (RJ-45 or USB micro-B) serial console port 1GB SDRAM and 12 MB Packet buffer size

Shall have switching capacity of 176 Gbps or higher

Shall have up to'112 million pps switching throughput or higher The Switch should support 32000 MAC address or higher

The switch should have Routing table size of '10000 entries (lPv4), 5000 entries (lPv6)or higher

2 Software Defined Networking (SDN) Capability

Open Flow protocol capability to enable software-defined networking

The switch should support Open Flow 1.0 and 1.3 specifications to enable SDN by allowing separation of the data (packet fonrvarding) and control (routing decision) paths

3 Features

The switch should suooort HTTP redirect function

The switch should support User role to define a set of switch-based policies in areas such as security, authentication, and QoS. A user role can be assigned to a group of users or devices, using switch configuration

4

The switch should support Per-port tunneled node to provides a secured tunnel to transport network traffic on a per-port basis to a Controller Authentication and network policies will be applied and enforced at the Controller

The Switch should support Static lP Visibility to do accounting for clients with static lP address

Quality of Service

(aos)

The switch should support Traffic prioritization (IEEE 802.1p)to allows real-time traffic classification into eight priority levels mapped to eight queues

(7)

Sl. No

5

Specifications

Th-*rt"|rsfl*-fO .rpport

Rate limiting to sets per-port ingress enforced maximums and per-port, per-queue

TIlIgls

The switch should Provide graceful congestion management

_Connectivity_

The switch should support Auto-MDIX to provide automatic adjustments for straight- throuoh or crossover cables on all 10/100 and 10/100/1000 ports

Compliance (Yes/No)

6 lPv6 Feature

The switch should support lPV6 host to enable switches to be managed in an lPv6 network

The switch should support Dualstack (lPV4 and lPV6)to transition from lPv4 to lPv6, supporting connectivity for both protocols

7

The switch should support MLD snooping to foruuard lPv6 multicast traffic to the -cpplgplre19 lqte{aqg

The switch should support ACL and QoS for lPv6 network traffic The switch should support static and RlPng protocols for lPV6

Security

The switch should support RA guard, DHCPv6 protection, dynamic lPv6 lockdown, and

_ltQgqpp-ng-

The switch should

-

have Energy-efficient destgn

The switch should support Energy-efficient Ethernet (EEE) to reduce power consumption in accordance with IEEE 802.3a2

The switch should support very low latency, increased packet buffering, and adaptive oower consumolron

8

Selectable queue configurations

The switch should have facility to allow for increased performance by selecting the number of queues and associated memory buffering that best meet the requirements of the network applications

Convergence

The switch should support lP multicast routing and PIM Sparse and Dense modes to route lP multicast traffic

The switch should support lP multicast snooping and data-driven IGMP The switch should support LLDP-MED (Media Endpoint Discovery)

The switch should support IEEE 802 1AB Link Layer Discovery Protocol (LLDP) The switch should suooort Local MAC Authentication

Resiliency and high availability

The Switch should creates one virtual resilient switch from four switches

and

attached the network devices using standard LACP for automatic load balancing and high availability to simplify network operation by reduce the need for complex protocols like Spanning Tree Protocol (STP), Equal-Cost Multipath (ECMP), and VRRP

The swrtch should support Virtual Router Redundancy Protocol (VRRP) The switch should support IEEE 802 '1s Multiple Spanning Tree

The switch should support IEEE 802.3ad link-aggregation-control protocol (LACP) and oort trunkino

The switch should provide easy-to-configure link redundancy of active and standby links 10 Management

The switch should support SNMPvl, v2, and v3

The switch should support Zero-Touch Provisioning (ZTP)

The switch should support cloud based management platform offers simple, secure, and

(8)

Sl, No 11

Specifications Manageability

Compliance (Yes/No)

The switch should support Dual flash images

The switch should allow assignment of descriptive names to ports Find-Fix-lnform

The switch should have the capability to find and fixes common network problems automatically, then informs administrator

The switch should allow multiple configuration files to be stored to a flash imaqe The switch should supoort RMON. XRMON. and sFlow

The switch should provide advanced monitoring and reporting capabilities for statistics, history, alarms, and events

The switch should support ingress and egress port monitoring enable network problem solvino

The switch should suoport Unidirectional link detection (UDLD) The switch should support lP service level agreements (SLA) for voice 12 Layer 2 switching

The switch should support IEEE 802 1Q (4094 VLAN lDs) and2K VLANs simultaneously The switch should support Jumbo packet support

The switch should support IEEE 802.1v protocol VLANs

The switch should support Rapid Per-VLAN Spanning Tree (RPVST+) The switch should support GVRP and MVRP

The switch should support encapsulation (tunneling) protocolfor overlay network that enables a more scalable virtual network deplovment

13 Layer 3 services

The switch should support DHCP server '14 Layer 3 routing

The switch should support minimum 256 static lP routing Routing Information Protocol (RlP)

The switch should support RlPv1, RlPv2, and RlPng routing and support 10,000 RIP roures

The switch should support OSPFv2 and OSPFv3 protocols for routing between access and the next layer on the LAN.

The switch should support Policy-based routing 15 Security

The switch should suooort IEEE 802 1X

The switch should suooort Web-based authentication The switch should supoort MAC-based authentication

The switch should support Multiple IEEE 802.1X users per port

The switch should support Concurrent IEEE 802.1X, Web, and MAC authentication schemes per port and accept up to 32 sessions of IEEE 802 1X, Web, and MAC authentications

The switch should support Access control lists (ACLs)

The switch should provide lP Layer 3 filtering based on source/destination lP address/subnet and source/destination TCP/UDP oort number

(9)

Sl. No Specifications Compliance (Yes/No) The switch should support Port security

The switch should support MAC address lockout The switch should suoport Secure FTP

The switch should support Switch management logon security The switch should support STP BPDU port protection

The switch should support DHCP protection The switch should support Dynamic ARP protection The switch should support STP root guard

The switch should support ldentity-driven AC*

The switch should support Per-port broadcast throttling The switch should suooort Private VLAN

16 Environmental Featu res

Shallsupport IEEE 802 3az Energy-efficient Ethernet (EEE)to reduce power consumDilon

Operating temperature of 0'C to 45'C

Safety and Emission standards including EN 60950; IEC 60950; VCCI Class A; FCC

utd55 n

17 Warranty and Support

The below Warrantv shall be offered directlv from the switch OEM

Lifetime warranty with advance replacement and next-business-day delivery Software upgrades/updates shall be included as part of the warranty Warranty period : 3 years onsite comprehensive warranty.

18 OEM Criteria

OEM should be listed in leaders quadrant of latest gartner report for wired and wireless

[9]y{9t'ng

Allthe proposed switches and transceivers should be from same OEM

Date

Note:-

1.

EMD, Tender document fee & MAF should be enclosed.

2

Variation of Qty

+l'

25o/o.

3.

Any other documents if required as per the tender document

Signature of Vendor & Stamp

(10)

Annexure - ll

Tender Ref. TSTS/IlP/1 60/MCRHRD-NW/201 9

Format for

FINANCIAL BID

Bidder Name

Delivery at Dr. MCR HRD Institute, Hyderabad

Time Line

Delivery and Installation completion period : 15 Days SI.N

o. Items Required Qtv

Nos

Unit Price inclusive of alltaxes lNR.

Total Price inclusive of alltaxes lNR.

Warranty Period

1

Item:1:

Switches

5

3 Years

Grand Total (lnclusive of All)

Amount in Words - Rs.

Date Signature of Vendor& Stamp

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 & 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

Undertakingsi enterprises/ Organizations and by any other Quasi Government bodies/Organizations, World Bank or any major Enterprise /Organization in India

Bank Guarantee : The successful bidders will have to furnish unconditional Bank Guarantee @10% ol purchase value to the High Court of Judicature at Hyderabad valid

 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

 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