council of scientific & industrial research) अडा चन्न

27
Page 1 of 27 सीएसआईआर के नीय चम अनुसंधान सं सथान CSIR - CENTRAL LEATHER RESEARCH INSTITUTE (वैाननक तथा औोनिक अनुसंधान पररषद् Council of Scientific & Industrial Research) अडयार, चैननै , तनलनाडु Adyar, Chennai-600020, Tamil Nadu दूरभाषTelephone :9144 24437162, 2437193,24437420 -ेलEmail :[email protected] No.19(03)/2021/Pur/T-55 Date: 07.07.2021 E-PROCUREMENT ON OPEN TENDER BASIS Dear Sirs, Director, CSIR-CLRI is interested in E-Procurement of the service mentioned below as per the terms and conditions attached. Please submit your quotation on www.etenders.gov.inas per the due date and time.The quotations may please be submitted on www.etenders.gov.in. Sl. No. Description of Material Comprehensive Annual Maintenance Contract (CAMC) for Wired and Wireless Network connections Quantity EMD 1 Comprehensive Annual Maintenance Contract (CAMC) for i. Server Management Services (List of Servers for AMC, Server Peripherals as per Appendix A), Client / Users Management services, iii. Network Management Services and iv. Preventives and Proactive Maintenance of equipment as indicated in the scope of work for 1st Year including one resident service engineer with experience of 2 Years 1 Job Bid Securing Declaration – Annexure III 2 CAMC for 2nd Year as above 1 Job 3 CAMC for 3rd Year as above 1 Job Scope of Work & Qualification and eligibility criteria – Chapter 2 (Specification and Allied Technical Details) Note: Mandatory site inspection should be done by the bidders during office hours on working day between 8 th July, 2021 to 13 th July, 2021 by contacting Computer Centre with prior appointment.

Upload: others

Post on 29-Dec-2021

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1 of 27

सीएसआईआर – केन्‍द्रीय चर्म अनसुधंान ससं्‍थान CSIR - CENTRAL LEATHER RESEARCH INSTITUTE

(वजै्ञाननक तथा औद्योनिक अनसुधंान पररषद ्Council of Scientific & Industrial Research)

अडयार, चैन्‍न,ै तनर्लनाडु Adyar, Chennai-600020, Tamil Nadu

दरूभाषTelephone :91–44 –24437162, 2437193,24437420 ई-र्लेEmail :[email protected]

No.19(03)/2021/Pur/T-55 Date: 07.07.2021

E-PROCUREMENT ON OPEN TENDER BASIS

Dear Sirs,

Director, CSIR-CLRI is interested in E-Procurement of the service mentioned below as per the

terms and conditions attached. Please submit your quotation on www.etenders.gov.inas per the due date

and time.The quotations may please be submitted on www.etenders.gov.in.

Sl. No.

Description of Material

Comprehensive Annual Maintenance Contract (CAMC) for Wired and Wireless Network connections

Quantity

EMD

1 Comprehensive Annual Maintenance Contract (CAMC)

for i. Server Management Services (List of Servers for

AMC, Server Peripherals as per Appendix A), Client /

Users Management services, iii. Network Management

Services and iv. Preventives and Proactive Maintenance

of equipment as indicated in the scope of work for 1st

Year including one resident service engineer with

experience of 2 Years

1 Job Bid Securing Declaration – Annexure III

2 CAMC for 2nd Year as above 1 Job

3 CAMC for 3rd Year as above 1 Job

Scope of Work & Qualification and eligibility criteria – Chapter 2 (Specification and

Allied Technical Details)

Note:

Mandatory site inspection should be done by the bidders during office hours on working day

between 8th July, 2021 to 13th July, 2021 by contacting Computer Centre with prior

appointment.

Page 2 of 27

CRITICAL DATE SHEET

Sl. No. Stage Date & Time

1. Tender No. 19(03)/2021/Pur/T-55

2. Publish Date & Time 8th July, 2021 at 10.00 AM

3. Document Download Start Date & Time 8th July, 2021 at 10.00 AM

4. Last Date & Time for receipt of queries 14th July, 2021 at 6.55 PM

5. Bid Submission Start Date & Time 15th July, 2021 at 5.00 PM

6. Bid Submission End Date & Time 23rd July, 2021 at 3.00 PM

7. Bid Opening Date & Time 24th July, 2021 at 3.00 PM

TENTATIVE TIME SCHEDULE OF PROCUREMENT PLANNING

Sl. No. Stage Tentative Frame Time

1. Date of Bid Opening XX

2. Date of Completion of Techno-Commercial Bid Evaluation XX + 5

3. Date of Communication of Rejection of Bids XX + 10

4. Date of Receipt of context, if any, form Bidders XX + 15

5. Notification of Award XX + 20

TERMS & CONDITIONS–INVITATION FOR BIDS

1. GENERAL:

Online bids are invited on behalf of The Director, CSIR-Central Leather Research

Institute, Chennai from reputed firms having experience in offering comprehensive

AMC for wired and wireless network connections.

2. SUBMISSION OF OFFERS:

a. Online quotation should be submitted directly by the original manufacturer/supplier or its sole authorized distributor/dealer.

b. All the documents of the bids should be addressed to The Director, CSIR-Central Leather Research Institute, Chennai and uploaded against the relevant tender id through url http://etenders.gov.in

Page 3 of 27

3. DUE & OPENING DATES:

The Offer / Quotations must be uploaded and bids must freeze on or before the dates

and time mentioned in the Critical Date and Time section of the NIT. The first cover

shall be decrypted as per the Date and Time mentioned in the same section. Bidders

can see the decryption status online through their login. In case opening date

happens to be a holiday, the tender will be opened on next working day at the same

time.

The price bids of two bid tender system shall be opened after technical evaluation of

technical bids. The date of opening of price bids shall be informed to the bidders

found suitable in technical evaluation. In case of single bid system, the techno-

Commercial bid would be decrypted as per date and time mentioned.

4. EMD:

A bid securing declaration may be submitted on your letter as per Annexure -III

A bid without the Bid Securing declaration would not be taken up for further

evaluation.

Manufacturer’s/Enterprises having MSE Certificate issued by NSIC or UdyogAdhar

are exempted from the EMD clause subject to the submission of the certificate with

the Bid/Technical Bid.

5. EVALUATION AND COMPARISON OF BIDS

The Purchaser shall evaluate each bid technically and with minimum eligibility

criteria. If found suitable, the Purchaser shall only use the factors, methodologies and

criteria defined below to arrive at the lowest responsive bid.

The bids shall be evaluated on the basis of cost of comprehensive AMC for 3 years

and 30 days which shall be arrived as under:

i. The price of the service quoted including all taxes already paid.

ii. GST which will be payable on the service if the contract is awarded.

Purchase preference as per MSMED Act is applicable.

A) In case of MSE

a) Purchase preference margin would be L1+15%.

b) Firms in the range of purchase preference will be offered the L1 price provided L1 is not a MSE firm and on acceptance orders will be placed with

Page 4 of 27

such MSE firms subject to meeting the technical specification and minimum eligibility criteria

6. PAYMENT TERMS:

a) 100% Payment would be paid monthly /quarterly on pro-rata basis subject to submission of bills and the activity log duly certified by our computer center.

7. LIQUIDATED DAMAGES CLAUSE FOR DELAYS:

The Applicable rate is 0.5% per week and maximum deduction is 10% of the contract price.

8. If the service is not maintained and due to that account the purchaser is forced to

take service at your risk and cost from elsewhere, the loss or damage that may be sustained there by will be recovered from the defaulting supplier.

9. Price Validity:

Price quoted should be net and valid for a period of 3 years and 30 days from the date of opening of the quotation.

10. TDS on IT and GST would be recovered as per rules in case of Fabrication/ Servicing/ Maintenance jobs/Installation charges etc.

11. Kindly furnish your PAN &GST Number etc. in your quotation for our records.

12. Code of Integrity for Public Procurement:

Code of Integrity for Public Procurement pact should be filled and signed by each vendor in order to be eligible to participate in this tender (ANNEXURE- VI)

13. Participation in this tender is by invitation only and is limited to the selected Purchaser’s registered suppliers. Unsolicited offers are liable to be ignored. However, suppliers who desire to participate in such tenders in future may bring it to the notice of the purchaser and apply for registration as per procedure. It may be noted that Conditional/Unsigned tenders shall not be considered.

14. User List:

a. Kindly submit list of organizations where similar kind of contracts have been

obtained.

Page 5 of 27

15. COVER DETAILS - DOCUMENTS TO BE UPLOADED:

1. Cover – 1 - Fee/PreQual/Technical /Finance (Techno-Commercial Details with EMD, Price bid of Comprehensive AMC for Wired and Wireless Network.) (Document Type .pdf, .xls)

1. Bid Securing Declaration in Lieu of EMD - Annexure – III

2. Client certificate / SLA for experience in maintenance of campus vide

network of more than 500 networked computers.

3. Testimonial for being an experienced system integrator in

implementation and maintaining windows server with radius and active

directory of more than 500 users.

4. Escalation matrix of service engineers.

5. Curriculum vitae of one engineer to be stationed at CLRI with 2 years’

experience.

6. List of engineers available with the company with their qualifications.

7. Client list of existing contracts.

8. GST Certificate.

9. Details of company & registration.

10. Site inspection report.

11. Bidder Information Form – Annexure – I;

12. Declaration abiding by the Code of Integrity and no conflict of

interest for public procurement – Annexure – II;

13. Deviation statement form – Annexure – IV;

14. Service support details form – Annexure – V;

15. Bidders not having a land border with India are to submit Annexure – VI

or Bidders having a land border with India are to submit Annexure – VII;

(.pdf)

16. Documentary evidence about the status of the bidder i.e. whether MSE or

not, owned by SC/ST or not and whether the MSE is owned by a women

entrepreneur or not.

Page 6 of 27

18. Kindly follow instructions hereunder to fill Bill of Quantities (BoQ). Any discrepancy in following instructions would lead to rejection of the bid.

Instructions:-

On Opening the BOQ (Bill of Quantity) “Please Enable Macros to View BoQ Information”. Please go to enable editing just below the task bar.

As macros have to be enabled please click on enable content.

BoQ1

Bidders are requested to fill columns marked in blue only i.e i) BASIC RATE In Figures To be

entered by the Bidder Rs. P (Column M) , ii) Make / Model (Column AJ), iii) GST

(Column AY).

CONTROLLER OF STORES & PURCHASE

(FOR & ON BEHALF OF COUNCIL OF SCIENTIFIC & INDUSTRIAL RESEARCH)

Page 7 of 27

CHAPTER - 2

Specifications and Allied Technical Details

File No. 19(03)/2021/Pur/T-55 Date: 07.07.2021

Technical Specification of Comprehensive AMC for Wired and Wireless Network connections

Scope of the Work: CSIR-CLRI have both wireless infrastructure and wired infrastructure in its campus. Local Area

Network (LAN) system comprising, router, firewall, core & edge switches, structured cabling

system & fiber cabling system installed at CSIR-CLRI. Each building was fitted with one or more

gigabyte power-over-Ethernet (POE) switches as well as L2 manageable switches to provide

network and power to the HP access points. Each switch is connected at gigabit speed via single-

mode fiber to core switch that provides the backbone for the CSIR-CLRI campus network. The

CSIR-CLRI wireless network receives and sends traffic over its own virtual local area network

(VLAN), which provides both security and quick routing for users and guest network.

CSIR-CLRI is equipped with LAN having HP Pro-curve switches as well as WLAN having HP

MSM access points and controller. All switches and Wi-Fi access points are of HP make

with life time warranty.

The access points were wired back to the switches with new category 6 cabling.

The HP controller provides seamless connectivity and management across the wireless

network.

Students, faculty, staff, and guest are able to access the network from any indoor or

outdoor facility.

CSIR-CLRI guests can connect to a public guest network to gain access to the Internet

away from CSIR-CLRI Intranet.

CSIR-CLRI Wi-Fi has 802.11n standard provides a fast wireless network across a wider

area.

Upcoming buildings will be easily fitted with new access points since the HP controller

manages access point configuration

Qualification & Eligibility Criteria:-

Page 8 of 27

Tenders for AMC invited from firms having:

Experience in Maintenance of Similar Campus Wide Networks of having more than 500-

networked computers in a campus in the last 5 (five) years, with experience of having

worked in Chennai. A certificate from the client and a copy of SLA (Service Level

Agreement) signed with the client must be enclosed with the Technical Bid.

The bidder should be an experienced System Integrator in implementation and

maintaining Windows server with Radius and Active Directory of more than 500 users.

Testimonial should be enclosed as proof. Should have sufficient technical support /

service engineers – Escalation matrix are to be enclosed.

Engineer having minimum 2 years of working experience. Resident/Site engineer should

have CCNA and MCSE certification optionally. Educational qualification of the person

should be as per tender document.

Number of service Engineers available and their specialties: The bidder should have at

least 10 hardware engineers including network engineers with MCSE, CCNA, and CNE etc.

certification with at least one year experience in respective areas.

Preference will be given to those bidders who are registered / approved by any

competent Government department/organization.

The firm should have well-equipped test and repair capability with advanced tools and

facilities in Chennai with the latest / modern gadgets and infrastructure for service / repair

/ maintenance of servers / network equipment.

The firm should not neither be blacklisted by any Govt. Department nor any Criminal Case

is registered against the firm or its owner / partners anywhere in India.

A client List should be enclosed with the Bid giving the Name, Address and Contact Phone

Number. (Xerox copy of the Orders to be enclosed)

TNGST Certificate (Copy to be enclosed)

The firm should be registered under Company Act. Proof to be attached for Service Tax

Registration No

Income Tax Clearance Certificate (Copy to be enclosed)

Bio-Data of service Engineer to be placed in CSIR-CLRI as Resident Engineer throughout

the AMC Contract period to be enclosed.

A letter stating that they accept the terms and conditions of CLRI

Page 9 of 27

The firm should be registered with the Sales/GST Tax Department and submit

documentary proof in this regard. The firm should also be registered with Service Tax

Dept. and submit the documentary proof of registration. Copy of Works Contract should

be added, if applicable. Copy of latest Sales Tax Clearance Certificate/GST TAX paid must

also be attached.

Mandatory site inspection should be done by the bidders during office hours on working day

between 8th July, 2021 to 13th July, 2021 by contacting Computer Centre with prior appointment.

Key Deliverables /Scope of work:

To depute suitable on-site engineer and provide support services (as per the details given in

this tender) under this contract to work at CSIR-CLRI, Sardar Patel Road, Adyar, Chennai - 600020

office for the operation, maintenance of existing network services mentioned hereunder, for the

items given in Appendix-A. In general, deputed personnel should have minimum of two years of

working experience in heterogeneous networked computing environments.

i. Server Management Services

ii. Client / Users Management Services

iii. Network Management Services

iv. Preventives and Proactive Maintenance of equipment

(I). Server Management

Resident engineer may have to do general system administration, operation, maintenance and

monitoring of all servers on continuous basis to provide zero down time. Maintenance of all

server’s OS, operation and troubleshooting by Windows certified personnel with proper

escalation matrix when required.

List of Deliverables

Support of MS Windows server.

Server performance monitoring, fine-tuning and optimization.

Page 10 of 27

Server diagnosing and problem resolution.

Server Applications and Configuration Changes.

Understand and report performance bottlenecks.

Network Security.

Installing Critical patches periodically.

Orderly system startup, shutdown, periodic backup of servers as per the requirement.

Monitoring CPU utilization, disk space usage, to maximize the server performance etc as

per the defined threshold, documenting the results and reporting.

Creating / modifying / deleting the file systems, users and groups as per the need

Installation of OS upgrades and patches and Re-installing OS if required.

Installation and upgradation of various server applications.

Performing periodic backup of all system files / volumes, installing system software.

Conduct backup restoration drill on the standby servers as per the requirement.

Migration of service to backup server within 8 hours of server failure.

Escalating unresolved problems to the principal and or hardware vendors for ensuring

quick resolution.

Backup operations. All major backup and maintenance should be carried out on holidays

or non-working hours so as not to affect the normal functioning of the IT services.

Critical Patches: Updating of service pack and critical patches is also part of the AMC. This

should be done regularly for all the nodes and servers on the Network.

Any other requirements related to better service.

(II) Client Management (> 500 users)

Scope: General Client Management Services for Network

List of Deliverables

Attending Network related CSIR-CLRI users calls and fixing the issues

Attending / resolving any internet browsing related complaints.

Configuring Network.

Information on updating of patches, and browser issues

Any other requirements related to better service

MIS Reports:

Monthly report on the details of CSIR-CLRI user calls attended.

Page 11 of 27

Service report on calls (to be submitted to CSIR-CLRI Purchase department and

Computer Center)

(III) Network Management: LAN Management

Scope: It will cover the LAN/WLAN at CSIR-CLRI campus

List of deliverables

(a) Maintenance of Firewall policies, Radius & Active directory & DNS Servers including

application support.

(b) The wireless network needs to be properly configured for NO hot spots and prevent

unauthorized use. To identify and resolve LAN / Internet faults and to keep ready

disaster management plans to upkeep the important servers

(c) Create and monitor Virtual LANs, Working Domains for effective use of network

services.

(d) Identifying LAN faults and getting them resolved.

(e) Vendor management for WAN links and monitoring the ISP connectivity

(f) Monitoring LAN traffic with monitoring software.

(g) Monitoring of installed Switches and LAN devices on daily basis to ensure that all nodes

in LAN are available for trouble free network connectivity.

(h) Maintenance and support services for the fiber optic/ UTP based local area network

(LAN) and total Network Maintenance Systems including its routers (CISCO), switches

(HP) and connectivity. This includes all Hardware related to network. The switches are

with lifetime warranty agreement with the manufacturer.

(i) Support to be provided for new LAN connection for the client systems and coordinating

with vendors for installing new switches and all related services.

(j) Desktop LAN connectivity. Ensure complete connectivity of the computers with

respective networks.

(k) A detailed record of all network components.

(l) Activity related to trouble shooting of connectivity related problem.

(m) Identifying and troubleshooting physical (NIC, UTP etc.) connectivity problems at the

desktop (user) as well as at the Switches ends i.e. giving point-to-point network

connectivity solution, even crimping.

Page 12 of 27

(n) Identifying and trouble shooting of defective ports on the Switches.

(o) Replacement of UTP patch chords

(p) Replacement of Fiber Patch chords

(q) SC/ST, LC/LX Connector Maintenance, including Replacement

(r) Any other requirements related to better service.

(IV) Preventives and Proactive Maintenance of equipment

This includes quarterly cleaning of outer parts / covers with appropriate non-corrosive cleaner

and periodical testing of less used / idle / standby systems. Preventive Maintenance (PM) should

be done once in three months on all Network Components and report should be submitted to

Computer Center. PM means the following:

Checking the incoming Voltage and earth for the network Components

Checking the configuration of the systems before and after PM.

Cleaning of components using cleaning kits.

Removal of dust using Vacuum cleaner.

Checking the status of the UPS

(V) RESIDENT SERVICE ENGINEER

In depth knowledge of Networking Software especially Windows Servers is an added advantage.

Proof of expertise to be submitted at the time of quotation.

(a) WLAN deployment/troubleshooting experience. Proficient with LAN/WLAN/Network

Management tools

(b) Practical experience and knowledge of Active Directory, RADIUS, Controller

configuration, Access Point configuration, VLAN structuring, all type of IP configuration,

MAC binding, Firewall security setting etc.

(c) Service engineer should look after the system/network administration and capable to

work on Windows based servers, Routers, Firewalls (both software and hardware based),

Leased lines, Server Administration DNS, DHCP, ERP/Intranet servers etc. (Servers are on

Windows platform).

(d) Documentary evidence of Training / Experience should be provided.

(e) The agency shall depute one well-qualified and experienced service engineer with

Page 13 of 27

network management qualification (with minimum two year of experience in the field)

with knowledge of maintaining Wi-Fi network, wireless controller and wired networking.

They have to work on each working day for attending to the routine maintenance related

complaints. Besides, the agency shall provide any other expert engineer from time to time

as may be required, for assistance to on site hardware engineers, in case the latter are

not able to intervene and solve some complaints.

(f) Bio-Data of service Engineer in CSIR-CLRI as Resident Engineer throughout the AMC

Contract period to be enclosed.

(g) Resident engineer should be stationed at CSIR-CLRI and should be available during 9.00

a.m. to 6.00 p.m. on all working days and Saturdays during 10.00 am to 4.00 p.m. for day

to day service. The engineer should report to the Head, Computer Center daily.

(h) As far as possible, the service engineer should not be changed. However if it is so required

under special circumstances, it should be done in consultation with CSIR-CLRI.

(i) After attending the call, the service engineer should get the signature from the Computer

Center Staff in the record book. All service calls will be routed only through the Computer

Center.

(j) All service calls should be attended to only after intimation to Computer Center.

(k) If the service engineer is found to be incompetent CSIR-CLRI will notify the same and

another service engineer should be posted immediately.

(l) The service engineer stationed should not undertake service calls outside CSIR-CLRI

during working hours.

Other Conditions

(a) The Annual Maintenance Contract includes preventive as well as corrective Maintenance

of all hardware and software components under AMC.

(b) In case of any intermediate, suspicious or unidentified problem related to fiber cable,

cat5/cat6 cable and any active device, the maintenance agency shall bring all required

testing equipment at his own cost to identify the problem and accordingly fix the problem.

In any case if fiber connectivity problem, splicing required at any place, the maintenance

agency will do the job at their own cost.

(c) The company (Service Provider) must make their own arrangements for transporting

Page 14 of 27

defective systems/parts from CSIR-CLRI to their office.

(d) In case of need to replace any item/component, the agency shall provide original make

genuine parts/components of similar or higher configurations.

(e) The agency shall, in no case, replace any item/component with inferior item and if found

doing so, the contract shall stand terminated forthwith and security deposit shall be

forfeited.

(f) The firm shall maintain proper service Call sheets / Register which will be duly signed by

the engineer and the user of the equipment and Central Call Register shall be updated

accordingly. The agency shall produce the Cash Memo's/Certificate/Document in proof of

providing genuine components to replace the faulty ones; on demand.

(g) Adequate spares should be kept in Stock at Computer Center, CSIR-CLRI. Under no

circumstances should the network be halted for want of network components. The list of

spares to be kept at CSIR-CLRI is enclosed. This is subject to change depending on network

requirements.

SPARES LIST

S.No Components Total No Required

1 HP 24 Port Switch (Manageable) 01

2 RJ 45 Connector 20

3 Fiber Patch chord (LC-SC) 02

4 RJ 45 Crimping Tool 01

5 Multi Meter 01

6 UTP Cable tester 01

(h) The resident engineer should attend the Service calls immediately. Standby should be

provided from the spares within one hour and the stock should be replaced within a week.

(i) The materials taken from CSIR-CLRI for service should be returned within a week.

(j) The Company shall ensure to abide by the copy right, intellectual Property rights and

other laws as may be applicable for providing any replacements for any malfunctioning

the components/items/software under AMC and any violation of any legal requirement

by the agency in this regard shall lead to termination of the contract forthwith and

forfeiture of security money. Besides ensuring compliance to all legal requirements will

Page 15 of 27

be the responsibility of the agency, failure to do so would lead to consequences aforesaid.

(k) The company should satisfy all Government regulation including minimum wages, ESI, EPF

Act etc.

(l) Maintenance and service of equipment includes the repair, replacement and servicing of

equipment or their parts to make the equipment operational for its purpose.

(m) All quoted rate for AMC inclusive of replacement of equipment, transportation if required,

service charges if applicable etc. There shall not be any extra bill for the replacement.

(n) Specification of servers, Network equipment to be given under AMC are listed in

Appendix-A

(o) All the items under maintenance are in working condition. At the end of the contract, this

equipment should also be in working condition which leads to settlement of final bill

raised by the successful bidder.

(p) If there is a problem which cannot be solved by the AMC firm and if the AMC firm wants

to bring in a third party to solve the problem then this will have to be intimated to and

approval received in advance from CSIR-CLRI. The cost is to be borne by the AMC firm.

(q) If CSIR-CLRI upgrades the existing setup, it will be intimated to the firm and the

maintenance will still continue with the firm.

(r) On expiry / termination of the contract, the contractor shall handover all the

responsibilities with detailed documents and hardware under the contract over to CSIR-

CLRI / next contract personnel in good working condition, before the release of the last

payment.

(s) Any other requirements related to better IT infrastructure facility and services.

Page 16 of 27

Appendix - A

LIST OF SERVERS for AMC

S.No Model Specification No’s

1

IBM X Series 346

Rack 2U

Intel Xeon Dual Processor 3.6 Ghz, 800 Mhz FSB, 2 MB L2

Cache, Intel 7520 Chipset, 2 X 146 GB SCSI Hot plug HDD Raid

1, 8GB DDR2 RAM, DVD Writer, Hot Swap redundant power

supply.

2

2

Fujitsu Primergy

Rx300 S3

Rack 2U

Single Intel Xeon Dual core 5060 @ 3.2 Ghz, 2 X 1 GB L2 Cache,

Intel 5000P Chipset, 4 X 1 GB 667 DDR-2 RAM, 2 X 146 GB SAS

Hot plug Raid 1 HDD, DVD Writer, Hot Swap redundant power

supply.

2

3 IBM x 3650 Single Intel Xeon 6c, 2.93GHz, (6X8) 48 GB ECC DDR3 1333MHz

RAM, 6 X 300 GB SAS HDD, DVD writer

5

4 Dell Power edge

R620

Intel Xeon 3.0 Ghz, 2 Processor, 8MB L2, 2 X 300 GB HDD, 8GB

RAM

1

5 Dell Power edge

R430

Intel Xeon 2.4Ghz, 1.2TB x 3, 64 GB RAM 1

SERVER PERIPHERALS

S.No Model Specification No’s

1

19” Samsung

Monitor

2

2 21” Dell Monitor 1

3

ATEN 8 Port KVM

Switch

2

4

A4TUSCN 16 port

KVM Switch

1

Page 17 of 27

List of Network equipment (Firmware) available in CSIR-CLRI with warranty

Item Approx. Number

Fortigate 500 D, 1 (under warranty)

Forti Analyser 1 (under warranty)

HP 48 Port switch 10 No (under lifetime warranty)

HP 24 Port switch 28 No’s (under lifetime warranty)

HP 16 port switch 4 No’s (under lifetime warranty)

HP Core switch 5406ZL with 16 port fibre 1 No (under lifetime warranty)

HP Wi-Fi Access Points - Indoor 35 No’s (under lifetime warranty)

HP Wi-Fi Access Points - Outdoor 1 (not under warranty)

Note:

The AMC service provider will also provide full support for the rectification of fault in these

hardware by continuous follow-up with the respective suppliers & other miscellaneous work.

List of equipment under Comprehensive Maintenance Contract:

1. The tentative list of equipment - to be covered under the Maintenance Contract is

annexed herewith at Appendix - A. There may be addition or deletion of equipment in the

said lists as and when and if so required.

2. The contract is to be assigned for all the working equipment on “as is where is basis”

without any pre-condition and it would be the responsibility of the bidder to extend the

services to all such equipment. All the equipment shall be deemed to be handed over to

the bidder under Maintenance Contract in proper working condition once the contract is

entered into.

Page 18 of 27

PERFORMA FOR SUBMISSION OF TECHNICAL BID

S.No. Item description Details

1 Name of agency

2 Address

3 Phone and Fax

4 E-mail address

5 CST No: Work Contract No./Vat No.

6 Service Tax Registration No.

7 PAN No.

CHECK LIST

S. No Particulars Yes / No Enclose the necessary

documents as proof.

Also specify & item no./

pg. no. of technical bid

where attached

1

AMC value order copies for Campus Wide Networks

of having more than 500-networked computers with

WIFI.

2

Service engineers having System Integrator

experience in implementation and maintaining

Windows server with Radius, Wi-Fi access point ,

controller and Active Directory of more than 500

users

3

List of clients

(a) Similar Government Organization

(b) Private organization

Page 19 of 27

4 Self-Certification / Self declaration of not being

black listed and criminal case

5

Self-Certification / Self declaration for Man power

at-least 5 Engineers of minimum two years of

experience

6

(a) VAT Registration Number

(b) the details of Income Tax registration (PAN)

(c ) TNGST Certificate

(d) Income Tax clearance certificate

7 A letter stating that they accept the terms and

conditions of CLRI

8 Bio data of Resident engineers with CCNA, MCSE,

CNE certification

9 Escalation Matrix

* Items under ERP IT hardware infrastructure may be taken off based on the policy of CSIR

* No of servers may be included or Excluded based on the discretion of CLRI.

Please also indicate per item cost.

CONTROLLER OF STORES & PURCHASE

(FOR & ON BEHALF OF COUNCIL OF SCIENTIFIC & INDUSTRIAL RESEARCH)

Page 20 of 27

CHAPTER – 3

Annexures to be enclosed with Techno-Commercial Bid

Table of Contents

SL. NO. NAME ANNEXURE

1 Bidder Information Form I

2 Bidder for Code of Integrity & conflict of interest

II

3 Bid Securing Declaration III

4 Deviation Statement Form IV

5 Service Support Detail Form V

6 Certificate with regard to the bidder not having a land border with India

VI

7 Certificate with regard to the bidder having a land border with India

VII

Page 21 of 27

ANNEXURE I

BIDDER INFORMATION FORM (a) [The Bidder shall fill in this Form in accordance with the instructions indicated

below. No alterations to its format shall be permitted and no substitutions shall be accepted. This should be done of the letter head of the firm]

Date: [insert date (as day, month and year) of Bid Submission]

Tender No.: [insert number from Invitation for bids]

Page 1 of_______ pages

01. Bidder’s Legal Name [insert Bidder’s legal name]

02. In case of JV, legal name of each party: [insert legal name of each party in JV]

03. Bidder’s actual or intended Country of Registration: [insert actual or intended Country of Registration]

04. Bidder’s Year of Registration: [insert Bidder’s year of registration]

05. Bidder’s Legal Address in Country of Registration: [insert Bidder’s legal address in country of registration]

06. Bidder’s Authorized Representative Information Name: [insert Authorized Representative’s name] Address: [insert Authorized Representative’s Address] Telephone & Mobile numbers: [insert Authorized Representative’s telephone/fax numbers] Email Address: [insert Authorized Representative’s email address]

07. Attached are copies of original documents of: [check the box(es) of the attached original documents] Articles of Incorporation or Registration of firm named in 1, above.

Signature of Bidder ______________________________ Name ______________________________ Business Address ______________________________

Page 22 of 27

ANNEXURE – II

Format for declaration by the Bidder for Code of Integrity & conflict of interest

(On the Letter Head of the Bidder) Ref.No: __________________________ Date: _________________

To, ______________________________ ______________________________ (Name & address of the Purchaser)

Sir,

With reference to your Tender No.________________ dated _____________ I/We hereby declare that we shall abide by the Code of Integrity for Public Procurement as mentioned under Para 1.3.0 of ITB of your Tender document and have no conflict of interest.

The details of any previous transgressions of the code of integrity with any entity

in any country during the last three years or of being debarred by any other Procuring Entity are as under:

a. b. c.

We undertake that we shall be liable for any punitive action in case of

transgression/ contravention of this code.

Thanking you,

Yours sincerely,

Signature (Name of the Authorized Signatory

Company)

Page 23 of 27

ANNEXURE III

BID-SECURING DECLARATION FORM

Date:___________________ Bid No. _________________

To (insert complete name and address of the purchaser)

I/We. The undersigned, declare that:

I/We understand that, according to your conditions, bids must be supported by a Bid Securing Declaration.

I/We accept that I/We may be disqualified from bidding for any contract with you for a period of one year from the date of notification if I am /We are in a breach of any obligation under the bid conditions, because I/We have withdrawn/modified/amended, impairs or derogates from the tender, my/our Bid during the period of bid validity specified in the form of Bid; or having been notified of the acceptance of our Bid by the purchaser during the period of bid validity (i) fail or reuse to execute the contract, if required, or (ii) fail or refuse to furnish the Performance Security, in accordance with the Instructions to Bidders.

I/We understand this Bid Securing Declaration shall cease to be valid if I am/we are not the successful Bidder, upon the earlier of (i) the receipt of your notification of the name of the successful Bidder; or (ii) thirty days after the expiration of the validity of my/our Bid.

Signed: (insert signature of person whose name and capacity are shown) in the capacity of (insert legal capacity of person signing the Bid Securing Declaration).

Name: (insert complete name of person signing he Bid Securing Declaration)

Duly authorized to sign the bid for an on behalf of : (insert complete name of Bidder)

Dated on _____________ day of ___________________(insert date of signing)

Corporate Seal (where appropriate)

(Note: In case of a Joint Venture, the Bid Securing Declaration must be in the name of all partners to the Joint Venture that submits the bid)

Page 24 of 27

ANNEXURE IV

DEVIATION STATEMENT FORM

Sl.No. Name of Specifications / Parts / Accessories of Tender Enquiry

Specifications of Quote Model / Part /Accessory

Compliance Whether Yes of No

Deviation, if any to be indicated in unambiguous terms (The compliance / Deviation should be supported by relevant Technical Literature)

Technical justification for the deviation, if any. If specification is superior /inferior than asked for in the enquiry, it should be clearly brought out in the justification

Signature of Bidder

If the bidder offers more than one model, then the Compliance Statement must be enclosed for each and every model separately.

The technical and commercial deviations should be indicated separately.

If the bidder fails to enclose the compliance statement, his bid is likely to be rejected.

Place: Date:

Signature and seal of the Manufacturer/Bidder

NOTE: 1) Where there is no deviation, the statement should be returned duly signed with an

endorsement indicating “No Deviations”.

Page 25 of 27

ANNEXURE V

SERVICE SUPPORT DETAIL FORM

Sl. No.

Nature of training imparted

List of similar type of equipments serviced in

the past 3 years

Address, Telephone Nos. , Fax Nos and

e-mail address

Signature and Seal of the manufacturer/Bidder……………………………. Place : Date :

Page 26 of 27

ANNEXURE - VI

Certificate with regard to the bidder not having a land border with India

Tender No. ______________________________ Date: ________________

“I have read the clause regarding restrictions on procurement from a bidder of a country which shares a land border with India; I certify that M/s. _____________________________________ is not from such a country.

For and on behalf of (Name of firm/entity) Authorized signatory (To be duly authorized by the Board of Director)

Page 27 of 27

ANNEXURE - VII

Certificate with regard to the bidder having a land border with India

Tender No. ______________________________ Date: ________________

I hereby certify that, M/s. ________________________________ fulfills all requirements in this regard and is eligible to be considered. [Evidence of valid registration by the Competent Authority should be attached.]

For and on behalf of (Name of firm/entity) Authorized signatory (To be duly authorized by the Board of Director)