ICM - TD 27 - 22 - Tender Document

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 19

Version 2.

4 Departmental e-procurement document

Reference number: [ICM/TD 27/22]

SUPPLIES –
SUPPLY AND COMMISSIONING OF ICT
HARDWARE AND SOFTWARE AND
SUBSEQUENT MAINTENANCE AND
SUPPORT – INTERCONNECT MALTA

Important: No Bid Bond is applicable.

InterConnect Malta Ltd.


Contact details (12, Triq Spiru Mizzi, Birkirkara, BKR1762, +356 222 08 600, info@icm.mt)

1
Version 2.4 Departmental e-procurement document

Contents
SECTION 1 – INSTRUCTIONS TO TENDERERS ....................................................... 3
1. General Instructions .............................................................................. 3
2. Timetable .......................................................................................... 3
3. Lots.................................................................................................. 3
4. Clarification Meeting/Site Visit/Workshop .................................................... 3
5. Selection and Award Requirements ............................................................ 4
6. Criteria for Award................................................................................. 5
SECTION 2 – SPECIAL CONDITIONS ................................................................... 6
Article 2: Law Applicable and Language of the Contract ....................................... 6
Article 4: Communications .......................................................................... 6
Article 7: Supply of Documents .................................................................... 7
Article 8: Assistance with Local Regulations ..................................................... 7
Article 9: The Contractor’s Obligations ........................................................... 7
Article 10: Origin ..................................................................................... 7
Article 11: Performance Guarantee ............................................................... 7
Article 12: Insurance ................................................................................. 8
Article 13: Performance Programme (Timetable) ............................................... 8
Article 14: Contractor’s Drawings/Diagrams ..................................................... 8
Article 15: Tender Prices............................................................................ 8
Article 16: Tax and Customs Arrangements ...................................................... 8
Article 17: Patents and Licences ................................................................... 8
Article 18: Commencement Order ................................................................. 8
Article 19: Period of Execution of Tasks .......................................................... 8
Article 22: Modification to the Contract .......................................................... 9
Article 24: Quality of Supplies...................................................................... 9
Article 25: Inspection and Testing ................................................................. 9
Article 26: Methods of Payment ................................................................... 10
Article 29: Delivery ................................................................................. 11
Article 31: Provisional Acceptance ............................................................... 11
Article 32: Warranty ................................................................................ 11
Article 33: After-Sales Service .................................................................... 12
Article 35: Breach of Contract .................................................................... 12
Article 37: Termination by the Contractor ...................................................... 13
Article 41: Dispute Settlement by Litigation .................................................... 13
SECTION 3 – SPECIFICATIONS/TERMS OF REFERENCE (Note 3) ................................... 14
SECTION 4 – SUPPLEMENTARY DOCUMENTATION ............................................... 19
4.1 – Draft Contract Form .......................................................................... 19
4.2 – Specimen Performance Guarantee ......................................................... 19
4.3 – General Conditions of Contract ............................................................. 19
4.4 – General Rules Governing Tendering ........................................................ 19

2
Version 2.4 Departmental e-procurement document

SECTION 1 – INSTRUCTIONS TO TENDERERS

1. General Instructions

1.1 The subject of this tender is the


supply and commissioning of ICT hardware and
software and subsequent maintenance and support for InterConnect Malta Ltd.
(ICM).

1.2 The place of acceptance of the supplies shall be at the offices of ICM at 12, Triq Spiru Mizzi,
Birkirkara, BKR1762, Malta. The time-limits for the execution of the contract shall be two
(2) calendar months for the delivery of the supplies and a subsequent three (3) years for
the service agreement, and the INCOTERM2020 applicable shall be Delivery Duty Paid (DDP).

1.3 The Estimated Procurement Value for this Call for Tenders has been based on
comprehensive research including appropriate financial analysis. In the context of this
procurement, the Estimated Procurement Value, based on market research, is that of €
€33,000 excluding VAT.

The purpose of this value shall be the guidance of prospective bidders when submitting their
offer and is not to be considered as a binding capping price.

Therefore, the published Estimated Procurement Value is not restrictive and final on the
Contracting Authority. Economic Operators are free to submit financial offers above or
below the Estimated Procurement Value. However, the Contracting Authority reserves the
right to accept or reject Financial Offers exceeding the Estimated Procurement Value.

1.4 The final beneficiary of this tender is InterConnect Malta Ltd..

2. Timetable

The timetable is as per the dates set through the CfT workspace on the ePPS.

3. Lots

3.1 This tender is not divided into lots, and tenders must be for the whole of quantities
indicated. Tenders will not be accepted for incomplete quantities.

4. Clarification Meeting/Site Visit/Workshop

4.1 No clarification meeting/site visit is planned.

3
Version 2.4 Departmental e-procurement document

5. Selection and Award Requirements

In order to be considered eligible for the award of the contract, economic operators must
provide evidence that they meet or exceed certain minimum criteria described hereunder.

(A) Eligibility Criteria


Economic Operators are to complete the Eligibility Section through the tender response
format. (Note 2)

If applicable, the necessary forms – such as the Power of Attorney, are to be uploaded
through the tender response format by the Economic Operator, as indicated in the relevant
fields of the tender structure.

(B) Exclusion (including Blacklisting) and Selection Criteria – information to be submitted


through the tender response format (available from www.etenders.gov.mt). (Note 2)

(i) Confirmation that the bidder and any sub-contractors (if any) engaged
throughout the execution of the contract do not fall under any of the grounds
listed under Part VI of LN352/2016 concerning exclusion grounds including
blacklisting through the tender response format.

(ii) Declaration concerning Selection Criteria

Subcontracting Proportion

Provide the name/s of subcontractor/s and the relative percentage of


works/services/supplies to be subcontracted. This information is to be
submitted online through the tender response format. (Note 2)

Any subcontractor proposed and disclosed shall be evaluated in line with the
Exclusion and Blacklisting Criteria as per these Instructions to Tenderers.
Furthermore, if the sub-contractor is relied upon by the Contractor to meet the
standards established in the selection criteria, apart from submitting the
relevant commitments in writing, such reliance will be evaluated to verify its
correctness and whether in effect these criteria are satisfied.

It is being understood that if the information being requested regarding sub-


contracting is left empty, it will be assumed that no sub-contracting will take
place (0% subcontracting).

(C) Specifications

(i) Tenderer’s Technical Offer in response to specifications to be submitted online


through the prescribed Tender Response Format and by using the Tender
Preparation Tool provided. (Note 3)

4
Version 2.4 Departmental e-procurement document

(ii) Literature as per Form marked ‘Literature List’ to be submitted with the
Technical offer at tendering stage. The scope of the literature is to corroborate
a fully compliant technical offer. (Note 2)

(D) Financial Offer

(i) A financial offer calculated on the basis of Delivered Duty Paid (DDP) 2010
(Grand Total) for the supplies tendered as per Tender Response Format
[inclusive of after-sales, services, maintenance and training]. (Note 3)

(ii) A filled-in Financial Bid Form as per Tender Response Format. (Note 3)

In case of any discrepancy the xml tender structure shall prevail.

This condition shall not apply to financial bid forms constituted of a Bill of
Quantities (BoQ), or financial bid forms where the total can be
arithmetically worked out and/or corrected if, as, and when necessary /
applicable.

Notes to Clause 5:

1. Not applicable for departmental tenders.

2. Tenderers will be requested to either clarify/rectify any incorrect and/or incomplete


documentation, and/or submit any missing documents within five (5) working days from
notification.

All Rectifications are free of charge.

3. No rectification shall be allowed. Only clarifications on the submitted information may


be requested. Tenderers will be requested to clarify the submitted information within five
(5) working days from notification.

Requests for Clarifications and/or Rectifications concerning a previous request dealing with
the same shortcoming shall not be entertained.

6. Criteria for Award

6.1 The sole award criterion will be the price. The contract will be awarded to the tenderer
submitting the cheapest priced offer satisfying the administrative and technical criteria.

5
Version 2.4 Departmental e-procurement document

SECTION 2 – SPECIAL CONDITIONS

These conditions amplify and supplement, if necessary, the General Conditions


governing the contract. Unless the Special Conditions provide otherwise, those
General Conditions remain fully applicable. The numbering of the Articles of the
Special Conditions is not consecutive but follows the numbering of the Articles of
the General Conditions. Other Special Conditions may be indicated afterwards.

Article 2: Law Applicable and Language of the Contract

2.1 The laws of Malta shall apply in all matters not covered by the provisions of the contract.

2.2 The contract and all written communications between the parties will be drafted in the English
language.

Article 3: Order of Precedence of Contract Documents

3.1 The contract is made up of the following documents, in order of precedence:


(a) the Contract;
(b) the Special Conditions;
(c) the General Conditions;
(d) the Contracting Authority’s technical specifications and design documentation;
(e) the Contractor’s technical offer, and the design documentation (drawings);
(f) the financial bid form (after arithmetical corrections)/breakdown;
(g) the tender declarations in the Tender Response Format;
(h) any other documents forming part of the contract.

Addenda have the order of precedence of the document they are modifying.

Article 4: Communications

4.1 Further to the provisions of the General Conditions, any written communication following
award relating to this Contract between the Contracting Authority and the Contractor must
state the Contract title and identification number, and must be sent by post, electronic mail
or by hand to the address identified in accordance with the General Conditions.

The Contracting Authority upon last signature on contract shall notify the successful bidder of
the official contact person on this project on behalf of the Contracting Authority; whereas the
successful bidder awarded the Contract shall nominate the contact person on behalf of the
Contractor. The line of communication shall be established prior to the signing of the Contract.

The Contracting Authority address is:

InterConnect Malta Ltd.


12, Triq Spiru Mizzi,
Birkirkara, BKR1762,
Malta.

6
Version 2.4 Departmental e-procurement document

Article 7: Supply of Documents

7.4 Not Applicable.

Article 8: Assistance with Local Regulations

8.2 The Contractor is responsible for permits and import licences.

8.3 The Contractor is responsible for permits and import licences.

Article 9: The Contractor’s Obligations

9.6 Not applicable.

9.9 The Contractor shall treat all the data transferred or backed up as confidential and shall not
make any copies except as may be required for the purposes of the scope of works of this
tender.

Article 10: Origin

10.1 No authorized derogation to the rules of origin.

Article 11: Performance Guarantee

11.1 The Contractor shall, within 15 calendar days of receipt of the contract, sign and date the
contract and return it together with a copy of the Performance Guarantee. The copy of the
Performance Guarantee forwarded to the Central Government Authority is to be endorsed by
the Contracting Authority prior to submission. The contract will not be endorsed by the
Contracting Authority/Central Government Authority until the performance guarantee is
submitted. The Contractor is therefore obliged to forward the original Performance Guarantee
to the Contracting Authority. The amount of the guarantee shall be 4% where the amount of
the total contract value is between €10,000 and €500,000 exclusive of VAT, and 10% where
the amount of the total contract value is €500,000 or above.

In the case that the value of the contract does not exceed €10,000, no Performance Guarantee
is required.

Economic Operators have the possibility to provide the Contracting Authority with a Single
Bond covering the performance guarantees for all the contracts with the same Contracting
Authority. If an additional contract is awarded to a given contractor, which results in an
economic operator’s current cumulative contracts value to go beyond the contract value range
currently covered by the Single Bond, the contractor is to be requested to; either submit a
separate Performance Guarantee for the additional contract; or else submit a new Single Bond
to cover the new total contracts value or submit an amendment to the original Single Bond
specifying the new amount. If an Economic Operator chooses to make use of the Single Bond,
he must submit a letter from the respective Contracting Authority specifying that the amount
of the Single Bond covers the new Contract, otherwise the new Contract Agreement would not
be signed.

7
Version 2.4 Departmental e-procurement document

11.3 The performance guarantee shall be in the format given in Section 4 and shall be provided in
the form of a bank guarantee.

11.7 The Performance Guarantee shall be released within one (1) year from Provisional Acceptance.

Article 12: Insurance

12.1 As per General Conditions.

Article 13: Performance Programme (Timetable)

13.1 Not applicable

13.2 The hardware must be installed within two (2) months from the date of the signing of the
contract and a subsequent three (3) years of a service agreement.

Article 14: Contractor’s Drawings/Diagrams

Not Applicable.

Article 15: Tender Prices

As per General Conditions

Article 16: Tax and Customs Arrangements

As per General Conditions

Article 17: Patents and Licences

As per General Conditions

Article 18: Commencement Order

18.1 Further to the provisions of the General Conditions, the date on which performance of the
Contract is to commence shall be the date of the last signing of the Contract.

Article 19: Period of Execution of Tasks

19.1 Further to the provisions of the General Conditions, the execution period shall be three (3)
years and two (2) months commencing from the date as stipulated in sub-article 18.1.

8
Version 2.4 Departmental e-procurement document

19.2 Not Applicable.

Article 22: Modification to the Contract

22.11 No repetition of supplies is envisaged.

22.12 No additional supplies are envisaged.

Article 24: Quality of Supplies

24.2 Further to what is stated in the General Conditions, final quality acceptance of supplies lies
with InterConnect Malta who have the sole right to decide if the supplied material is of the
required quality standards or not. However, the Contractor shall assume the sole responsibility
that the supplied goods are of the required standards and functionality and as requested in
the published Technical Specifications.

The Contractor shall warrant that the supplies are new, unused, of the most recent models
and incorporate all recent improvement in design and materials in line with the established
mentioned standards, unless otherwise stipulated in the contract. Any demo unit or already
used equipment will not be considered acceptable for the purpose of this tender.

Responsibility for compliance of equipment with safety legislation rests on the Contractor for
the full warranty period after commissioning as established in Article 32 in terms of duration.

Article 25: Inspection and Testing

25.2 Following unboxing, all items delivered are to be inspected for any visible physical damage.
Testing of equipment need to be performed on site and as follows:
1. All items are powering on.
2. All Local PCs can connect to the server and access the data appropriately.
3. All items are loading User Interface (UI) and logging in accordingly.

25.8 Further to what is stated in the General Conditions, the supplies are to be delivered to:

InterConnect Malta Ltd. Offices,


12, Triq Spiru Mizzi,
Birkirkara,
BKR1762,
Malta.

Testing and commissioning shall be carried out at the same premises unless otherwise
instructed by the Contacting Authority. Once the goods are installed, they will be tested to
ensure that they fully comply with the Technical Specifications.

9
Version 2.4 Departmental e-procurement document

Article 26: Methods of Payment

26.1 Payments will be made in Euro. This is a unit price contract.

Payments shall be authorised by the Contracting Authority and paid by the Contracting
Authority. Payments will be done as follows:

Ref Number of Payment as per Financial Bid Narrative


No. Payments Form
1 1 100% of Item 1, 2, 3 and 4. Upon Provisional Acceptance as
per Article 31.
2 11 8% of Item 5a. Every month starting after one (1)
month following Ref No 1.
3 1 Balance Payment of Item 5a. After 11 payments of Ref No. 2.
(12% of Item 5a)
4 11 8% of Item 5b. Every month starting after one (1)
month following Ref No 3.
5 1 Balance Payment of Item 5b. After 11 payments of Ref No. 4.
(12% of Item 5b)
6 11 8% of Item 5c. Every month starting after one (1)
month following Ref No 5.
7 1 Balance Payment of Item 5c. After 11 payments of Ref No. 6.
(12% of Item 5c)

26.3 As per General Conditions.

26.5 Not Applicable.

26.7 Not Applicable.

26.9 The contract shall be at a fixed price, which shall not be revised.

Article 28: Delayed Payments

28.1 The Contracting Authority shall pay the contractor sums due within thirty (30) days of the date
on which an admissible payment is registered, in accordance with Article 26 of these Special
Conditions. This period shall begin to run from the approval of these documents by the
competent department referred to in Article 26.1 of these Special Conditions. These
documents shall be approved either expressly or tacitly, in the absence of any written reaction
in the 30 days following their receipt accompanied by the requisite documents.

28.2 Once the deadline laid down in Article 28.1 has expired, the Contractor may, within two (2)
months of late payment, claim late-payment interest:

a) meaning simple interest for late payment at a rate which is equal to the sum of the
reference rate and at least eight percent (8%);

10
Version 2.4 Departmental e-procurement document

b) on the first day of the month in which the deadline expired.

The late-payment interest shall apply to the time which elapses between the date of the
payment deadline (exclusive) and the date on which the Contracting Authority's account is
debited (inclusive).

Article 29: Delivery

29.1 Further to the provisions of the General Conditions, the Contractor shall bear all risks relating
to the supplies until provisional acceptance at destination. The supplies shall be packaged so
as to prevent their damage or deterioration in transit to their destination.

All the equipment will be delivered to the ICM Offices in Birkirkara. All permits and costs
pertaining to the delivery of the equipment are to be dealt with by the Contractor.

29.2 All items must be packed to ensure no damage in transport is possible and everything must be
delivered in factory sealed packaging.

29.3 The packaging shall become the property of the recipient subject to respect for the
environment.

29.5 Documents that need to be delivered with each device are:


1. Delivery note
2. User Manual

29.6 Each package shall show the quantity and contents.

Article 31: Provisional Acceptance

As per General Conditions.

Article 32: Warranty

32.1 This warranty shall remain valid for three (3) years after provisional acceptance.

The warranty shall cover all parts and labour costs including collection and delivery from and
to site and on-site repairs as required.

32.6 Further to the provisions of the General Conditions, delivered goods which are found to be
defective (hardware failures) during the warranty period, or not according to the tender
specifications, shall be replaced by the contractor as per the conditions specified in Article
33.1.

However, it shall be noted that defective magnetic and solid-state storage devices such as
hard disks, shall not be returned to the Contractor in lieu of security/data confidentiality and
shall therefore be retained at the Contracting Authority.

32.7 The setup of the hardware supplied under this Tender shall be carried out by the Contractor.
Software setup, installation and testing of the supplied equipment will be led by the

11
Version 2.4 Departmental e-procurement document

Contracting Authority, or its representatives. This includes the installation of the virtual
machines on the supplied server and the connection to the network. However, the Contractor
shall be present, assist and instruct as deemed necessary during setup and the commissioning
of the equipment supplied under this tender, as the Contractor shall not be entitled to make
any claims during the warranty period due to the setup, installation, and testing of the
equipment. Testing and certifications of goods with respect to functionality and safety is to
be carried out by the Contracting Authority, or its representatives, together with the
Contractor.

The presence, assistance, and certification of the Contractor until the commissioning of the
supplied equipment is to be included in the financial offer.

Article 33: After-Sales Service

33.1 The Contractor shall provide and secure the provision of reliable and regular after-sales
support for a period of three (3) years, from the date of delivery and acceptance by the
Contracting Authority. After-sales technical support shall be provided by qualified personnel.
In case where the equipment incurs a fault or defect attributable to the supplies provided
under this tender, the Contractor shall inspect, rectify and repair the reported fault or defect
within 8 hours of its notification by the Contracting Authority. This agreement will cover 24
hours by 7 days a week service over a whole year. This service will be included in the scope of
works of the contract and will be part of the evaluation formula in the financial bid form.

The Contractor shall provide regular, and not less than once annually, preventive maintenance
for the equipment and replace any components as indicated by the manufacturer and/or the
diagnostic and predictive failure software provided.

The Contractor shall provide and install regular, and not less than once every three months,
critical firmware updates for the hardware provided as indicated by the manufacturer and/or
the diagnostic and predictive failure software provided.

Following Contract signature, the Contractor will need to draft a Service-Level Agreement
which reflects all the conditions within this tender documents. This document will need to be
approved by the Contracting Authority before finalization.

33.2 The Contractor shall guarantee that in the event of discontinuation of production of spare
parts following the three (3) year service agreement and before five (5) years from provisional
acceptance, drawings of the spare parts and specifications shall be made available to
InterConnect Malta at no cost, if and when required to enable InterConnect Malta to procure
spare parts from other sources.

Article 35: Breach of Contract

35.3 Without prejudice to the Government’s right to dissolve ‘ipso jure’ the contract in the case of
infringement of any condition thereunder and apart from the deduction established for delay
in delivery, any such infringement shall render the contractor, in each case, liable to a
deduction by way of damages of 5 per cent of the value of the contract, unless the Government
elects, with regard to each particular infringement, but not necessarily with regard to all
infringements, to claim actual damages incurred.

12
Version 2.4 Departmental e-procurement document

Article 37: Termination by the Contractor

37.1 (a) The deadline in respect of Article 37.1 (a) regarding the payment to Contractor is as per sub-
article 28.1.

Article 41: Dispute Settlement by Litigation

41.1 If no settlement is reached within 120 days of the start of the amicable dispute-settlement
procedure, each Party may seek:
(a) either a ruling from a Maltese court, or
(b) an arbitration ruling, in the case where the parties i.e. the contracting Authority and
the Contractor, by agreement decide to refer the matter to arbitration to be held in
Malta.

Article 45: Other Requirements

45.1 The equipment has to be manufactured under the ISO9001 requirements and need to be
functional on 220-240V and 50-60Hz, capable of withstanding power failures, and should not
be damaged due to power trips.

45.2 The equipment is to be equipped with all the required accessories including all necessary
cables.

13
Version 2.4 Departmental e-procurement document

SECTION 3 – SPECIFICATIONS/TERMS OF REFERENCE (Note 3)

Note: Where in this tender document a standard, brand or label is quoted, it is to be


understood that the Contracting Authority will accept equivalent standards, brands or labels.
However, it will be the responsibility of the respective bidders to prove that the standards,
brands or labels they quoted are equivalent to the standards requested by the Contracting
Authority.

Scope:

The planned ICT infrastructure layout for InterConnect Malta Ltd. (ICM) is as indicated below.

Figure 1: ICT Infrastructure Layout for ICM

The scope of this tender are the following items:

Item 1: Enterprise Server


Item 2: Server Licences
Item 3: NAS Drive
Item 4: Backup Software
Item 5: Maintenance Agreement

The setup of the hardware supplied under this Tender shall be carried out by the Contractor. Software
setup, installation and testing of the supplied equipment will be led by the Contracting Authority, or its
representatives. This includes the installation of the virtual machines on the supplied server and the
connection to the network. However, the Contractor shall be present, assist and instruct as deemed
necessary during setup and the commissioning of the equipment supplied under this tender, as the
Contractor shall not be entitled to make any claims during the warranty period due to the setup, installation,
and testing of the equipment. Testing and certifications of goods with respect to functionality and safety is

14
Version 2.4 Departmental e-procurement document

to be carried out by the Contracting Authority, or its representatives, together with the Contractor.

The presence, assistance, and certification of the Contractor until the commissioning of the supplied
equipment is to be included in the financial offer.

Item 1 – Enterprise Server

The minimum requirements for the Enterprise Server are listed below:

Req. No. Requirement Description

1 CPUs

1.1 Processor Architecture Intel Xeon or AMD EPYC

1.2 Total Number of cores 32cores (Can be split as 2x16cores)

1.3 Clock Speed Minimum base frequency 2.0 GHz

2 RAM

2.1 Total Memory 128GB

3 SSD Storage

3.1 Number of Disks 2

3.2 Type SSD (Hot Plug, Enterprise)

3.3 Configuration RAID 1

3.4 Usable Space per Disk 2 TB

4 Mechanical Storage

4.1 Number of Disks 4

4.2 Type SAS (Hot Plug, Enterprise)

4.3 Configuration RAID 5

4.4 Usable Space per Disk 2.4 TB

5 Storage Controller

5.1 Cache size Minimum 1GB with Power Backup

5.2 RAID Supporting RAID Levels 0, 1, 5, 6, 10

6 Network Interface Cards (NIC)

15
Version 2.4 Departmental e-procurement document

6.1 Number of 1Gbps RJ45 ports Minimum Eight (8)

7 Management NIC

7.1 Including activation Licence if 1 Hardware based NIC with Remote console enable
required and activated

7.2 Access to Server Access to the server via a management card is


needed using TCP/IP. This card is to provide
access to the server not via the operating system,
just in case the OS is not responding. If an
activation key (licence) is needed to make use of
such features, this must be provided by the
tenderer and included in the cost of the server.
The management card must feature hardware
video redirection.

8 Server Case

8.1 Type Rack Mountable

8.2 Accessories Universal mounting kit including all necessary rack


rails and security lock kit

9 Power requirements

9.1 Power supplies Dual Units (Hot Plug)

9.2 Failover One out of the Two units specified above must be
able to keep the server operational if the other
one fails or is replaced. Therefore, all hardware
must be accessible and 100% operational with the
failure of one power supply.

10 Hardware Certification

10.1 OS Compatibility VMWare 7

11 Warranty and Support

11.1 Warranty Duration 3 years Parts and Labour

11.2 After-Sales Service Refer to Section 2 Article 33.1 and Section 3 Item
5.

12 Cloud Enable Monitoring and Analytics

12.1 Monitoring and Analytics Shall have continuous, proactive health monitoring
and recording of required system parameters as
well as diagnostic telemetry data on a 24x7 basis.
Shall also have monitoring & analytics feature for
the offered server/chassis along with its sub-

16
Version 2.4 Departmental e-procurement document

components to predict, prevent, and auto-resolve


problems and by providing automating case
creation and log file submission for the problems
that can’t be auto resolved.

13 Diagnostics

Diagnostic and Predictive Failure The equipment shall include software that will
Software permit diagnostics of the individual server
components to determine if they are performing
according to design and if hardware failure is
predicted.

Item 2 – Server Licences

ICM is already in possession of the following licenses:

• 1 x Windows Server Standard Edition 2019 64B OEI (up to 16-Cores and includes no CALs)
• 1 x Windows Server 16 Core Licence Pack
• 1 x Windows Server CAL 2019 OEI 5CLT UCAL

Therefore, the minimum requirements for the Server Licences are listed below:

Req. No. Requirement Description

1 VMWare 7

2 Since this server will be hosting 6 Windows Server Virtual machines, as shown in Figure 1,
Contractor is to provide the relevant latest Windows licenses to cater for the remaining
4 Virtual machines.

3 An additional 15 Windows Server Client Access Licenses (CALs) are required for a total
of 20 User CAL licenses.

Item 3 – NAS Drive

The minimum requirements for the NAS Drive are listed below:

Req. No. Requirement Description

1 Includes 6 Bays

2 Includes 4 (Four) Network Cards

3 Includes 3x 10TB SATA NasWare Hard Drives

4 3 years Warranty on Parts and Labour

5 As per Section 2 Article 33.1

17
Version 2.4 Departmental e-procurement document

Item 4 – Backup Software

The minimum requirements for the Backup Software are listed below:

Req. No. Requirement Description

1 Backing up of 6 Virtual Machines

2 Backing up to a local NAS Drive

3 Backing up to cloud storage

4 Support VMware and Hyper-V

5 Live Backups of Windows and non-Windows Virtual Machines

6 File-Level Recovery

Item 5 – Maintenance Agreement

The minimum requirements for the maintenance Agreement are listed in Section 2 Article 33.1 of this tender
document. This should cover both Item 1 (Enterprise Server) and Item 3 (NAS Drive). The financial bid form
for this Item is divided into three lines (5a, 5b and 5c) covering each year of the agreement.

18
Version 2.4 Departmental e-procurement document

SECTION 4 – SUPPLEMENTARY DOCUMENTATION

4.1 – Draft Contract Form

4.2 – Specimen Performance Guarantee

These are available to view and download from the ‘Resources Section’ at: www.etenders.gov.mt

4.3 – General Conditions of Contract

The full set of General Conditions for Works Contracts (Version 4.4), for Supplies Contracts (Version 4.4)
and for Services Contracts (Version 4.4) can be viewed/downloaded from the ‘Resources Section’ at:
www.etenders.gov.mt

It is hereby construed that the tenderers have availed themselves of these general conditions, and have
read and accepted in full and without reservation the conditions outlined therein, and are therefore waiving
any standard terms and conditions which they may have.

These general conditions will form an integral part of the contract that will be signed with the successful
tenderer/s.

4.4 – General Rules Governing Tendering

The contents of this procurement document complement the latest version of the General Rules Governing
Tenders applicable on the date of the publication of this tender, the Terms of Use and the Manual for
Economic Operators applicable to Government’s e-Procurement Platform (available from the Resources
section of www.etenders.gov.mt).

19

You might also like