Sanswitch PDF

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 18

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 4th 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
ANNEXURE I
TECHNICAL SPECIFICATIONS:

1.1 NETWORK SWITCH

Sl. Technical Specification Compliance Remarks for any


No (Yes/No) deviation

Make: _____________________ Model:_____________________


1 Port type/density:
a) Minimum 12 x 1000 Base-x ports loaded with 12 Nos. of
LX transceivers of same make.
b) Minimum 6 x 10G BASE-x ports loaded with 2 Nos. of LR
SFP+ transceivers of same make.
c) 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
b) 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 Management Features:
a) Support DHCP Server, DHCP relay, BOOTP, Embedded
Event Manager for event based macro execution.
b) SNMPv3, HTTP, HTTPS, Telnet, SSHv2, Client for DNS,
TFTP
c) AAA support Radius management sessions
The Switch Should support Local and Remote Mirroring
d)
8 QoS: Support for automatic Quality of Service for voice,
video and data traffic conditions

9 Warranty:
Three Years warranty with onsite service support

3
ANNEXURE - I
TECHNICAL SPECIFICATIONS:

1.2 ROUTER
Sl. Technical Specification Compliance Remarks for any
No (Yes/No) deviation

Make:_____________________ Model:______________________
1 Form factor Rack mountable

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. Technical Specification Compliance Remarks for any


No (Yes/No) deviation

Make:____________________ Version:__________________
1. Should support minimum of 300 SNMP enabled devices

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. Technical Specification Compliance Remarks for any


No (Yes/No) 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. Technical Specification Compliance Remarks for any
No (Yes/No) 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
ANNEXURE III
TECHNICAL SPECIFICAITON
3.3 SAN STORAGE
Sl. Technical Specification Compliance Remarks for any
No (Yes/No) 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 LUNs / 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. Technical Specification Compliance Remarks for any


No (Yes/No) deviation
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

9
ANNEXURE IV

TECHNICAL SPECIFICATION:

4.1 VIRTUALIZATION

Sl. Technical Specification Compliance Remarks for any


No (Yes/No) deviation
1 (a) Academic VMware VSphere Enterprise+ for 10 processor
with 3 years support from VMware

(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:

ANNEXURE I
1. NETWORK EQUIPMENTS:

SL. ITEM DESCRIPTION QUANTITY UNIT COST TAX TOTAL AMOUNT


NO. `. `. `.
1.1 Network Switch 2 Nos.

1.2 Router 1No.

Grand Total (inclusive of TAX)

AMC cost for 4th & 5th year maintenance must also to be quoted separately, year wise

11
FORMAT FOR COMMERCIAL BID:

ANNEXURE II

2. NETWORK SOFTWARE:

SL. ITEM DESCRIPTION QUANTITY UNIT COST TAX TOTAL AMOUNT


NO. `. `. `.
2.1 Network Management Software 1 No.

Grand Total (inclusive of TAX)

AMC cost for 4th & 5th year maintenance must also to be quoted separately, year wise

12
FORMAT FOR COMMERCIAL BID:

ANNEXURE III

3. SERVER AND STORAGE:

SL. ITEM DESCRIPTION QUANTITY UNIT COST TAX TOTAL AMOUNT


NO. `. `. `.
3.1 Server Type I 1 No.

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
2 Nos.
Compatible for connecting SAN
storage and HBA Cards on the
server

Grand Total (inclusive of TAX)

AMC cost for 4th & 5th year maintenance must also to be quoted separately, year wise

13
FORMAT FOR COMMERCIAL BID:

ANNEXURE IV

4. VIRTUALIZATION

SL. ITEM DESCRIPTION QUANTITY UNIT COST TAX TOTAL AMOUNT


NO. `. `. `.
4.1 a) Academic VMware vSphere 1 No.
Enterprise Plus with Support from
VMware for 10 processor for 3
years

4.1 b) Academic VMware vCentre Server 1 No.


Basic Support from VMware for 3
years

Grand Total (inclusive of TAX)

AMC cost for 4th & 5th 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 The bidder company should be in existence for at least 5 years.


o Vendor should have organization strength of at least 10 experts/specialists in this field.
o The Company or tenderer should have at least one Service Center in Chennai.
o Latest income tax clearance and sales tax clearance certificate should be produced along with the bid.
o The vendor should have valid sales tax/TIN/Service Tax Registration number.
o 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 OEMs 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 Vendors 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

You might also like