Tender Document For Network Switch, Router, Network Management Software, Server, SAN Storage, SAN Switch and Virtualization Software Ramanujan Computing Centre Anna University, Chennai - 600 025.
REQUEST FOR PROPOSAL GENERAL INFORMATION OBJECTIVE OF THIS RFP: This RFP (Request for Proposal) is issued as a request for the supply and installation of items mentioned in the schedule of requirement. The following document, in its entirety, has been developed as both a bid specification (Technical and Commercial) to outline the requirements for the works to be provided, and a basis for proposal submission by the bidder (also referred to as the vendor). THE CLIENT ANNA UNIVERSITY Anna University was established on 4 th September 1978. It offers higher education in Engineering, Technology and allied Sciences relevant to the current and projected needs of the society. Besides promoting research and disseminating knowledge gained there from, it fosters cooperation between the academic and industrial communities. SCHEDULE OF REQUIREMENT: Sl. No. Item description Quantity ANNEXURE I : Network Equipments 1.1 Network Switch 1 No. 1.2 Router 1 No. ANNEXURE II: Network Software 2.1 Network Management Software 1 No. ANNEXURE III: Server & Storage 3.1 Server - Type I 1 No. 3.2 Server Type II 1 No. 3.3 SAN Storage 20TB 2 Nos. 3.4 SAN Switch 2 Nos. ANNEXURE IV: Virtualization 4.1 Virtualization 1 No. 2
TECHNICAL SPECIFICATIONS: ANNEXURE I 1.1 NETWORK SWITCH Sl. No Technical Specification Compliance (Yes/No) Remarks for any deviation Make: 1 a) b) c) b) Port type/density: Minimum 12 x 1000 Base-x ports loaded with 12 Nos. of LX transceivers of same make. Minimum 6 x 10G BASE-x ports loaded with 2 Nos. of LR SFP+ transceivers of same make. Minimum 8 x 10/100/1000 Mbps RJ 45 Interface. Switch should be of full duplex non-blocking d) architecture with internal redundant power supply and field replaceable fans. 2 Switching fabric: Minimum 160 Gbps or more. 3 The Switch Should support throughput of atleast 100 Mpps for IPv4 & IPv6. 4 Layer 2 Switching : The Switch should support Active configurable VLANs, a) MAC based VLANS and Multicast VLANS. Support for active STP instance and support for Policy based switching. 5 Layer 3 Switching : a) Support for interface loopback, Direct Routing, Static Routing, RIPv2, OSPFv2, ECMP over IPv4 & IPv6 b) Support policy base routing 6 Port Security: The Switch Should support Port Security to manage the given number of MAC addresses. 7 a) b) c) d) Management Features: Support DHCP Server, DHCP relay, BOOTP, Embedded Event Manager for event based macro execution. SNMPv3, HTTP, HTTPS, Telnet, SSHv2, Client for DNS, TFTP AAA support Radius management sessions The Switch Should support Local and Remote Mirroring 8 QoS: Support for automatic Quality of Service for voice, video and data traffic conditions 9 Warranty: Three Years warranty with onsite service support Model: 3
TECHNICAL SPECIFICATIONS: ANNEXURE - I 1.2 ROUTER Sl. No Technical Specification Compliance (Yes/No) Remarks for any deviation Make: 1 Form factor Rack mountable Model: 2 Router should have a throughput of 250 Mbps. 3 Router should support 4 onboard WAN or LAN 10/100/1000 ports. Minimum of 4 ports of which 2 combo ports. 4 Dual integrated power supplies 5 Minimum 1 GB DRAM Memory or Higher 6 Flash Memory Minimum 256 MB or Higher 7 Firewall protection, VPN support, MPLS support, IPv6 support, Quality of Service (QoS) and IPSec 8 Remote Management Protocol - SNMP, RMON 9 Routing Protocol - OSPF, IS-IS, BGP, EIGRP, DVMRP, PIM-SM, IGMPv3, PIM-SSM, static IPv4 routing, static IPv6 routing, policy-based routing (PBR) 10 Warranty: Three Years warranty with onsite service support 4
ANNEXURE II TECHNICAL SPECIFICATION: 2.1 NETWORK MANAGEMENT SOFTWARE Sl. No Technical Specification Compliance (Yes/No) Remarks for any deviation Make: 1. Should support minimum of 300 SNMP enabled devices Version: 2. MAC address administration 3. Vendor independent management (Existing devices Brocade, HP, 3-COM, Extreme, Cisco and other SNMP enabled devices) 4. Bandwidth utilization management (graph) 5. Port level administration of network devices 6. Alert for any problem in the network devices 7. Warranty: Three Years warranty with onsite service support The Vendor should demonstrate the following requirements at the time of Technical Evaluation. Configuration and installation of switches and firewall as required by the Anna University, Chennai. NMS training on installation, configuration and fine tuning. Installation and configuration of the NMS software satisfying the functional requirements and demonstrate the following: - Graphical view of the campus network. - Bandwidth utilization. - Facility to handle groups of equipments in one go. - Creation and access of IP Address MAC Address mapping. - Email alerts. Agree to demonstrate the above at our premises Yes/No 5
ANNEXURE III TECHNICAL SPECIFICAITON 3.1 SERVER TYPE I Sl. No Technical Specification Compliance (Yes/No) Remarks for any deviation Make: Model: 1 Processors 4 x Intel 10 Core Xeon E7-4850, 2.00GHz, 24MB L3 Cache or higher 2 FSB Upto 6.4 GT/s Quick Path Interconnect (QPI) links 3 Chipset Intel 7500 or higher 4 Should Support for Virtualization 5 Memory 160GB Memory(20x8GB), 1066/1333MHz 6 HDD Storage 4 x 600 GB 10K RPM 2.5" SAS Hot Plug HDD 7 RAID RAID5 Controller Card with 512MB Battery Cache 8 Network Interface Cards Minimum 4x1GbE ports + 2x10GbE ports to connect with SAN storage 9 USB Ports 4 nos. (preferably 2 Nos. in the front) 10 Form Factor 4U Rack Mountable 11 Power Supplies Hot plug redundant PSUs to meet with full load 12 Management BMC, USC, Lifecycle Controller, Power Monitoring 13 Remote Management Dedicated NIC Port to have remote management capability of Power ON/OFF & bare metal recovery 14 OS Support & Certification All Linux and Windows platforms 15 Warranty 3 years warranty with onsite service support 6
ANNEXURE III TECHNICAL SPECIFICAITON 3.2 SERVER TYPE II Sl. No Technical Specification Compliance (Yes/No) Remarks for any deviation Make: Model: 1 Processors 2 x Intel 10 Core Xeon E7-4860, 2.26GHz, 24MB L3 Cache or higher 2 FSB Upto 6.4 GT/s Quick Path Interconnect (QPI) links 3 Chipset Intel 7500 or higher 4 Should support for Virtualization 5 Memory 160GB Memory(20x8GB), 1066/1333MHz 6 HDD Storage 2 x 600 GB 10K RPM 2.5" SAS Hot Plug HDD 7 RAID RAID5 Controller Card with 512MB Battery Cache 8 Network Interface Cards Minimum 2x1Gb E ports + 2x10Gb E ports 9 USB Ports 4 nos. (preferably 2 Nos. in the front) 10 Form Factor 4U Rack Mountable 11 Power Supplies Hot plug redundant PSUs to meet with full loaded 12 Management BMC, USC, Lifecycle Controller, Power Monitoring 13 Remote Management Dedicated NIC Port to have remote management capability of Power ON/OFF & bare metal recovery 14 OS Support & Certified All Linux and Windows platforms 15 Warranty 3 years warranty with onsite service support 7
TECHNICAL SPECIFICAITON 3.3 SAN STORAGE ANNEXURE III Sl. No Technical Specification Compliance (Yes/No) Remarks for any deviation Make: Model: 1 Rack Mount SAN Array must be rack mountable 2 Controller SAN Array should be configured with Dual Controller. (HA and Failover) 3 Front End Connectivity Each controller should be configured with atleast 2x8Gbps FC Ports. 4 Cache SAN Array should be configured with Minimum of 4GB cache per controller with scalability features. 5 Disk Support SAN Array should be configured with minimum of 2 TB HDD.(Nearline SAS HDD) 6 Disk Space SAN Array should be configured with minimum of 20TB RAW Capacity. (Nearline SAS HDD) 7 RAID SAN Array should support RAID Levels: 0, 1, 5 8 Hot Spare Atleast 1 hotspare to be configured per disk array. 9 Redundancy Disk Drives should be hot swappable. Controllers, Fans & Power Supplies should be Redundant 10 Cache Data Backup Cache should be battery backed up for cache memory de-staging in case of power failure 11 Management Software SAN Management software should be array based and provide GUI / web based management with complete reporting features like LUN Usage, Empty Space etc. It should also support performance monitoring. 12 PIT / Snapshot / Clone Software SAN Array should be supplied with Snapshot or Point-In-Time copy functionality for snapshot and full copy of the production LUN s / volumes. Software to take minimum 60 or higher snapshots per volume. Writable snapshots. 13 Additional Snapshot Features Snapshot software should be integrated with Vshpere 5 using storage API's. With this integration, storage should be recovered at a single VM level. Storage array should also integrated with VSS provider of Win server 2003/2008 OS to enable to take consistent snap shots of MS-SQL server / NTFS file system. 14 Disaster Recovery Support Should support SAN array based data replication in synchronous or asynchronous mode. 15 Warranty 3 years warranty with onsite service support 8
ANNEXURE III TECHNICAL SPECIFICAITON 3.4 SAN SWITCH Sl. No Technical Specification 24 port 8 Gbps SAN Switches 1-8 Ports licensing - Scalability up to 16 ports - with all necessary software and accessories 2 Warranty: Three Years warranty with onsite service support. 3 Optional Item - 10 Meters Fiber Patch Cords (LC LC) Cables - Compatible for connecting SAN storage and HBA Cards on the server Compliance (Yes/No) Remarks for any deviation 9
ANNEXURE IV TECHNICAL SPECIFICATION: 4.1 VIRTUALIZATION Sl. Technical Specification No 1 (a) Academic VMware VSphere Enterprise+ for 10 processor with 3 years support from VMware Compliance (Yes/No) Remarks for any deviation (b) Academic VMware VCentre Server with 3 years support from VMware FUNCTIONAL REQUIREMENT 1. Installation and integration of various features of VMware on the given available hardware and Platform. 2. Training on installation, configuration and fine tuning. TERMS & CONDITION 1. Vendor should be Vmware certified Company. 2. Availability of atleast one VMware certified Engineer at Chennai. 10
FORMAT FOR COMMERCIAL BID: 1. NETWORK EQUIPMENTS: ANNEXURE I SL. ITEM DESCRIPTION QUANTITY UNIT COST NO. 1.1 Network Switch 2 Nos. TAX TOTAL AMOUNT 1.2 Router 1No. Grand Total (inclusive of TAX) AMC cost for 4 th & 5 th year maintenance must also to be quoted separately, year wise 11
FORMAT FOR COMMERCIAL BID: ANNEXURE II 2. NETWORK SOFTWARE: SL. NO. ITEM DESCRIPTION QUANTITY UNIT COST 2.1 Network Management Software 1 No. TAX TOTAL AMOUNT Grand Total (inclusive of TAX) AMC cost for 4 th & 5 th year maintenance must also to be quoted separately, year wise 12
FORMAT FOR COMMERCIAL BID: ANNEXURE III 3. SERVER AND STORAGE: SL. NO. ITEM DESCRIPTION QUANTITY UNIT COST 3.1 Server Type I 1 No. TAX TOTAL AMOUNT 3.2 Server Type II 1 No. 3.3 SAN Storage (20 TB) 2 Nos. 3.4 (a) SAN Switch 2 Nos. (b) Optional Item - 10 Meters Fiber Patch Cords (LC LC) Cables Compatible for connecting SAN storage and HBA Cards on the server 2 Nos. Grand Total (inclusive of TAX) AMC cost for 4 th & 5 th year maintenance must also to be quoted separately, year wise 13
FORMAT FOR COMMERCIAL BID: ANNEXURE IV 4. VIRTUALIZATION SL. NO. ITEM DESCRIPTION QUANTITY UNIT COST 4.1 a) Academic VMware vsphere 1 No. Enterprise Plus with Support from VMware for 10 processor for 3 years TAX TOTAL AMOUNT 4.1 b) Academic VMware vcentre Server Basic Support from VMware for 3 years 1 No. Grand Total (inclusive of TAX) AMC cost for 4 th & 5 th year maintenance must also to be quoted separately, year wise Note: 1. Commercial bid for each Annexure has to be submitted in separate sheets preferably. 2. Any deviation in the above format will automatically leads to disqualification. 14
ANNEXURE V A. ELIGIBILITY CRITERIA FOR TENDERS: o o o o o o The bidder company should be in existence for at least 5 years. Vendor should have organization strength of at least 10 experts/specialists in this field. The Company or tenderer should have at least one Service Center in Chennai. Latest income tax clearance and sales tax clearance certificate should be produced along with the bid. The vendor should have valid sales tax/tin/service Tax Registration number. The bidder should have consistent minimum turnover of 1.00 crore per annum for the last three years. B. SPECIAL TERMS AND CONDITIONS: 1. Delivery Period: The delivery should be made within 4 weeks from the date of receipt of purchase order. 2. Warranty: The entire item supplied by the vendor shall be guaranteed against any defects and the vendor should provide time-to-time operational maintenance support (On Site comprehensive Warranty). The said warranty should cover all the Hardware & Software Products. The warranty and service shall be provided directly from the manufacturer. The vendor shall be liable to rectify any defects that may be found in the equipment supplied at free of cost. 3. Installation: The installation should be done at the Anna University, Chennai at no extra cost. 4. Response Time: The response time of the vendor to attend to any complaint upon receipt of the complaint/information from the user should not be more than 24 hours. 5. The vendor has option to quote the products mentioned in the Annexure I to IV. How ever, the vendor should quote also the item specified in Annexure wise.. 6. The vendor must submit their tender document in the given format. Deviations from this format will automatically disqualify the tender process. 7. Anna University reserves the right to increase or reduce the quantity or even withdraw the tender without assigning any reasons therefor. 8. Anna University reserves the right to cancel the contract under repeated violations of the specified and mutually agreed QoS parameters. 9. Anna University is not responsible for any delay in delivery of equipment. 10. The items must be delivered and installed at the required locations at your own risk and cost. 11. Any Proposal or Bid received after Bid submission date and time will not be entertained/considered. 12. The Successful vendor has to provide training for installation and configuration for the items supplied by them to the staff involved in the project. 13. Each Annexure will be evaluated separately (Each Annexure will be treated as one item) considering the Technical and Commercial bids. 15
GENERAL TERMS & CONDITIONS GENERAL TERMS Two Cover System Procedure as per open competitive bidding is adopted. Sealed Bid clearly marked as ORIGINAL should consist of following two separate and independent parts i.e. 1) Technical Proposal and 2) Financial Proposal and should be clearly marked as Technical Proposal/Financial Proposal in bold at a clearly visible location. Each bid will be treated and evaluated separately. TECHNICAL PROPOSAL Technical Proposal must include the complete solution proposed by the Vendor with filled-in specification sheets marked in the compliance column. If the specification sheets asked for providing any details, those should be provided as attachment to the Technical Proposal. FINANCIAL PROPOSAL Financial Proposal must indicate the prices quoted for each item with unit cost as per the requirements indicated in Annexure I to IV. The tax and other charges must be quoted separately for each item. All the prices must be quoted in Indian Rupees. EMD: The bidder shall furnish 75,000/- of the value towards the Earnest Money Deposit (EMD) in the form of DD from any nationalized bank drawn in the favour of The Registrar, Anna University, Chennai-25 payable at Chennai, valid for six months. It should be enclosed in a separate envelope along with the technical proposal only. No Bid shall be entertained without EMD. Bank Guarantee: The successful vendor should furnish the amount to the tune of 10% of the total value of the project before releasing the purchase order towards Bank Guarantee. Quote the AMC percentage for the items indicated in the Annexure I to IV after warranty period It is mandatory that the Bidder to provide the following documents and information with respect to its relationship with Principal Copy of the OEM s Certification (along with its validity period), authorizing the Vendor as local partner/representative in India to offer equipment and services. 16
The Bidder shall provide the following information Number of engineers and technical staff in Vendor s office Profile of technical staff with relevant experience Problem reporting procedure and fault response time in hours for fault rectification. BIDDER DETAILS: Address Contact Person E-Mail Phone Mobile FAX Date of Establishment in India Turnover in the last year (Valid Documentary evidence is mandatory) Note: The bidder should produce documentary support for the above. Only those who satisfy the above criteria are eligible to bid for this project and will be considered for further participation. 17
CALENDAR OF EVENTS: 1. Tender Document issuing & Hosting Date : 01.03.2012 2. Tender Document submission date and Time : 15.03.2012 at 1.00 p.m. 3. Tender Documents opening date and time : 15.03.2012 at 3.00 p.m. 4. Venue : RCC, Anna University, Chennai 600 025. OFFICIAL CONTACT: The Director : Phone : 44-2235 8003 Ramanujan Computing Centre : FAX : 44 2220 1160 Anna University, : E-Mail : tender@annauniv.edu Chennai 600 025. 18