Tender For: National Centre For Disease Informatics and Research (Indian Council of Medical Research)
Tender For: National Centre For Disease Informatics and Research (Indian Council of Medical Research)
TENDER FOR
___________________________________________________________________________
___________________________________________________________________________
___________________________________________________________________________
4.
Technical Bid (Annexure- I) 12-16
5.
Agreed Terms and Conditions (Annexure - II) 17-18
6.
Financial Bid (Annexure -III) 19-23
7.
List of Organisations and Clients (Annexure - IV) 24
8.
Vendor Details (Annexure - V) 25-26
9.
Undertaking from Bidders (Annexure - VI) 27
11.
Performance Security (Annexure - VIII) 29-30
12.
Declaration (Annexure - IX) 31
32
13. Turn Over Details (Annexure- X)
14. 33
Manufactures – Authorization (Annexure - XI)
Important Notes:
1. NCDIR reserves the right to accept / reject any/all tenders in part/full without assigning any
reason therefor.
2. Any Addendum/Corrigendum about date extension etc. in respect of above tender shall be
displayed on our website www.ncdirindia.org only and no separate notification shall be issued
in the press. Bidders are therefore requested to regularly visit our website to keep them updated.
DIRECTOR
NCDIR (ICMR) BENGALURU
1. The firms fulfilling the following criteria, may submit their tenders duly super scribed
as “Tender for Supply, Installation, Commissioning and Testing of Servers and
Components for National Centre for Disease Informatics and Research (ICMR)
Bengaluru” and addressed to “The Director, National Centre for Disease Informatics
and Research (ICMR), Nirmal Bhawan-ICMR Complex (II Floor), Poojanahalli, Off
N.H. –7, Adjacent to Trumpet Flyover of BIAL, Kannamangala Post, Bengaluru – 562
110” so as to reach on or before 18.02.2020 or the tender may be dropped in Tender
Box placed at II Floor – Administration Room of NCDIR, Bengaluru.
2. The tender should be submitted in two separate sealed covers with technical bid
marked clearly as “Technical Bid” and financial proposal marked as “Financial Bid”
3. The intending bidder, in case of Prime Equipment Manufacturers shall submit a self-
declaration on their letter-head, along with the tender documents, confirming that they
are regularly providing the services from last 5 years.
5. The Local server shall be in compliance with the specifications mentioned in Annexure
– I of the tender and shall be of the latest technology, best quality and high standards.
The Bidder should enclose the product catalogue supporting the specifications
mentioned in Annexure - I.
6. Any optional Accessories / Tools, besides the standard Local server recommended for
the better performance of the equipment, if offered, may be provided with their full
technical details including their use and advantage in a separate sheet with the tender
documents. Warranty period, if applicable, should be specified for these.
7. While submitting the tender, if any of the prescribed conditions are not fulfilled or are
incomplete in any form, the tender is liable to be rejected. If any bidder stipulates any
condition of his own, such conditional tender is liable to be rejected.
8. Work order for Supply, Installation, commissioning and testing of Servers and Components
for NCDIR, Bengaluru will be issued to the bidder on the basis of lowest technically acceptable
tender, after obtaining necessary approval from the competent authority at ICMR Hqrs, New
Delhi.
10. The Committee constituted by the Director NCDIR shall have the right to verify the
particular furnished by the bidder independently. Those technically qualified bids will
only be considered for price evaluation (Financial bid). Price should not be quoted
with technical bid; otherwise the tender will be rejected without any correspondence.
Decision of the Director, NCDIR Bengaluru on the eligibility for qualifying technical
bids shall be final and no representation shall be considered in this regard.
11. All the communication with respect to the tender shall be addressed to:
The Director,
National Centre for Disease Informatics and Research (ICMR)
Nirmal Bhawan-ICMR Complex (II Floor), Poojanahalli
Off N.H. –7, Adjacent to Trumpet Flyover of BIAL
Kannamangala Post, Bengaluru – 562 110
12. In the event of any dispute the legal matter shall be subject to the jurisdiction of
Bengaluru Court only.
13. On receipt of the approval from ICMR Hqs. New Delhi, the purchase / work order will
be issued to the successful bidder.
-----------------------------------------------------
1. Eligibility Criteria:
2. A letter stating that the products quoted is not end of life should be produced from the
OEM
3. The bidder must have an office in Bangalore and should have 24/7 call logging facility.
Details of call logging procedure, support centre and escalation matrix should be
provided in the bid. The bidder should provide a single point of contact and email
address for seeking clarification regarding the bid.
4. Bidder should have expertise of having successfully completed similar supplies during
the last three (3) years, supporting documents of two purchase orders and installation
reports for similar servers/setup or larger supplies/setup should be enclosed.
5. NCDIR is an academic institution and we are eligible for academic licenses. NCDIR
will provide the supporting documents for the same. Hence all licenses should be in
the name of NCDIR, Bengaluru.
6. The Bidder should have been in this business for a period not less than five years as on
31.12.2019.
7. The Bidder should not have been blacklisted by any of the Government agencies for
any corrupt or fraudulent practices and he shall give a declaration to that effect.
8. The Bidder must have a turnover of Rs 1 Crore, in at least two of the last three Financial
Years ending on 31.03.2019.
10. The Bidder should be ready with the deliverables (hardware and software environment)
within 7 working days from the date of purchase order.
11. The Software licence keys should be given to NCDIR during the Installation.
13. NCDIR reserves the right to purchases of additional resources during the time of
purchase order or later.
2. Scope of Services:
a) The tenders shall be submitted as per the technical specifications (Annexure – I)
b) Submission of the tender implies that these conditions of tender have been read by the
bidders and they are aware of the scope of the services. The final acceptance of the
tender rests with the Director, NCDIR, Bengaluru who reserves the right to accept or
reject any or all tenders without assigning any reason therefor.
3. Submission of Bids:
Only physical bids received by NCDIR, Bengaluru office will be considered for opening. Bids
sent through fax or email will not be considered.
The tender should be submitted in a sealed cover in two parts as under
a) Technical Bid: Envelope should be super-scribed as "Technical bid for Supply,
Installation, Commissioning and Testing of Servers and Components”. It should
contain the Tender Fee, Earnest Money Deposit (EMD) and all details as mentioned in
Technical Bid [Annexure – I].
b) Financial Bid: The second envelope should be super-scribed as "Financial bid for
Supply, Installation, Commissioning and Testing of Servers and Components” and it
should contain the rates etc. as per Financial bid [Annexure III]
c) Both the above sealed covers are to be put in one bigger envelope which also should
be sealed and duly super scribed.
4. Validity of Tender:
a) The tender shall be valid for a period of one year from the date of opening of the tender.
b) Bidder for any reason whatsoever withdraws the tender after it is accepted or becomes
unable or fails to
c) Execute the orders within stipulated delivery period, NCDIR shall be at liberty to
cancel the order forthwith and the EMD of the tender in such a case will be forfeited
by the NCDIR.
d) No representation for the enhancement of the prices of the accepted tender or alteration
of the terms and conditions will be entertained till under any circumstances.
6. Warranty:
There shall be a comprehensive warranty of 5 year in respect of the work of supply,
installation, commissioning and testing of servers and components for NCDIR, Bengaluru.
a) Offers from ready stock are preferred. In case the offers are subject to prior orders, the
Bidders shall indicate the period within which the ordered quantity will be supplied.
The Bidders shall note that in case Bidder fails to supply within the period of delivery
indicated in the said tender, penalty at the rate of 1% of value of the order, per week of
delay subject to maximum of 20% of the order value will be levied.
b) The successful Bidder shall, within 5 working days from the date of receipt of
communication of acceptance of quotes from NCDIR shall intimate his acceptance of
the order. The successful Bidder shall complete supplies strictly as per the accepted
delivery period.
8. Price Applicability
a) The price shall be firm and shall include all applicable taxes and charges. Any variation
in the duties, levies etc. during the period of services shall be charged to the bidder
account. The rates quoted shall be all inclusive, with the delivery, up to destination i.e.
NCDIR, Bengaluru
b) The Bidders shall submit the copy of PAN Card, GST Number and TIN Number
registration details along with the tender.
9. Standards:
The goods supplied under the contract shall conform to the standards mentioned in the
Technical Specifications.
10. Patent Rights
The Bidder shall indemnify the Purchaser against all third-party actions/claims of
infringement of patent, trademark or industrial design rights arising from the use of goods
or any part thereof.
11. Payment:
a) The payment will be made through NEFT by NCDIR to the bank account as mentioned
in the bank mandate. The bidder shall submit the documents which shall clearly
indicate that the Supply, Installation, Commissioning and Testing of Servers and
Components are done and said document shall be duly acknowledged by the
Administration of NCDIR.
12. Tender Fee and Earnest Money Deposit (EMD):
Tender Fee: The cost of tender document is Rs.500/- (Rupees Five Hundred only)
(Non-refundable). The tender document can be obtained by paying the fees through
Demand Draft / Bankers Cheque drawn in favour of “The Director, NCDIR payable at
Bengaluru”. The cost of tender document shall be attached with Technical Bid in case the
tender document is downloaded from the website. The Tender Document is not transferable
to any other bidder.
Earnest Money Deposit (EMD):
a) The units registered with Central Purchase Organization (DGS&D), National Small
Industries Corporation (NSIC), Micro and Small Enterprises (MSEs) as defined in
MSE Procurement policy issued by Dept. of Micro, Small and Medium Enterprises or
In the event of Supplier’s failure to execute the contract to the satisfaction of the purchaser, the
purchaser reserves the right:
a) To reject any part of the Contract executed and withhold payment for such portion
of the Contract till such time the defects are rectified to the satisfaction of the
purchaser.
f) Performance Security should remain valid for a period of sixty days beyond the date of
completion of all contractual obligations of the supplier including warranty obligations.
g) Bid security should be refunded to the successful bidder on receipt of Performance
Security.
We confirm our acceptance to the Commercial & General Terms & Conditions Sl. No. 1 to 19 as given
above.
• Capacity: 30 TB Usable Storage Capacity (in RAID 5 Configuration) using 6TB @ 7.2K RPM,
12Gbps or higher NL SAS Enterprise class drives with minimum 20% of total number of hard
drives failure tolerance (E.g. system should be tolerated from 20 drives failure in case the setup
has 100 drives). The drives should also have hot swap capability with two global hot-spare
drives of same capacity per LUN in every enclosure.
• Each Controller should be configured with at least two 16Gbps or higher FC ports for
servers/SAN switch connectivity.
• Cache: Min. 4GB Cache per controller with battery backup/equivalent mechanism to protect
the Cache in case of power failure.
• Chassis: 19” Rack mountable chassis, with Dual Redundant Hot Swap Redundant Power
Supply * Hot Swap Cooling Fans with all necessary cables & Accessories to connect storage
system to fibre switch/servers.
• Other Features: No single point of failure, On-line firm ware upgrades & remote diagnostic
support. Block based Remote replication in both SYNC and ASYNC modes. Storage must be
complied with VMware/Zen API/KVM/Microscope Hyper – V for Array Integration.
• Management Software: GUI and WEB based remote management; should be capable to
create, allocate, expand & move volumes dynamically; support for the following features:
Dynamic LUN expansion, Mapping of LUNS to VMs and vice versa, Discovery and monitoring
of VMs, Role based access, auditing of logs, SNMP & Email alerts.
• Optional – Should be able to manage other storage systems of the same class and make.
Bundled software (The management software should be provided with necessary license and
for full capacity): point- in Time Copy; Clone: Online Volume Migration, Multipath, Thin
Provisioning. It is mandatory for the firms to quote the rates for the above optional item.
• OS Support: Should simultaneously support Linux, Windows, Unix and open source operating
system (64-bit versions)
• Port Configuration - 8 or more number of 16Gbps FC ports. All ports on the supplied FC SAN
switch must be licensed and fully populated with fibre modules from day one. Cables necessary
for end to end network connectivity should be quoted and provided.
• Management – Web – based management interface, Offered Switch shall have support to
configure the switches with alerts based on threshold values for temperature, fan status, power
supply status, port status.
• Power and Cooling – The switch must have redundant power supply and fan modules.
Server: 2 Numbers.
Management Port Minimum 1Gbps Dedicated Ethernet Management port. IPMI and
remote KVM Media Support. 1Gbps Ethernet Management port and
Controller with necessary software and license for FULL remote
management functionally – IPMI 2.0 complaint with FULL remote
KVM and media redirection support.
Certification Certified for Windows Server 2019 or latest, Windows 2016 standard
and Data centre Editions, Redhat Enterprise, VMWare, OpenSUSE,
Hyper-V, KVM, Support for Windows & Linux OS (64 Bit) and
Certification for both 64bit OS, Server should also support minimum
two (most popular) open server OS.
Virtualization/ OS The two servers in this tender document should be configured the
Software License High – Availability & Failover mode. Both the server/hosts will run.
VMs which will live migrate to the other server on failure of one
serve/host.
The proposed virtualization software system should support minimum 4 sockets/ 64 cores with
management, fail-over, live virtual machine migration, Resources allocation. All necessary licences for
the period of 5 years The Virtualization software should be minimum of 10 VMs. Academic licences to
be provided.
Storage: 1 Number.
Slots 2 or more PCI – Express 3.0 slots with at least one slot free
Ports 4 or more USB 3.0 Ports, 12Gbps external SAS ports for expanding
storage via external enclosures.
Chassis 19” Rack – mount server with tool-less chassis and with Rack mount
kit with Sliding rails and accessories for tool-less mounting in 4-post
rack. Redundant, fully populated hot plug fans.
Doors Single front Door and dual Rear Doors with perforation for ease of front to
back air flow
Security All the doors front, back and side should be lockable. Locks and keys to
be provided
ADDITIONAL SPECIFICATION:
Provide BTU and Power rating of the quoted hardware. Provide details of heat dissipation and cooling
requirements
1. Provide BTU, Power rating and cooling requirements of the quoted hardware.
2. All licences should be registered in the name of NCDIR and the relevant documents and
credentials should be handed over.
3. The above items will be purchased as a whole or part. The decision will rest with NCDIR.
SCOPE OF WORK:
Important Notes:
a) This questionnaire (ATC) duly filled in the same word file must be submitted along with the
offer, failing which your offer will be liable for rejection. This document received in any other
form will not be accepted and can lead to rejection of offer.
b) Each point must be confirmed / replied to suitably.
c) Bidders to note that the confirmation/acceptance/comments mentioned/agreed by them in this
ATC are final and will supersede any contrary term indicated elsewhere in their quotation /
tender documents.
10 Please also confirm that spare parts shall be made available as and
when required for a minimum period of 7 years from the date of
successful completion of warranty period.
11 Confirm unconditional acceptance Confirm unconditional
acceptance of comprehensive warranty (inclusive of absolutely free
of charge delivery (all expenses paid) at our site and installation of
replacement parts/spares and free of all expenses related to such
service calls) for a period of clear 12 months or more from the date
of satisfactory completion of onsite installation, commissioning and
training at our location
12 Confirm whether your firm is registered with any of the following
in order to avail the benefits/preference available vide Public
Procurement Policy MSEs Order, 2012. a) District Industries
Centres (DIC)
b) Khadi and Village Industries Commission (KVIC)
c) Khadi and Village Industries Board
d) Coir Board
e) National Small Industries Corporation (NSIC)
f) Directorate of Handicraft and Handloom
g) Any other body specified by Ministry of MSME
If Yes, then please mention with whom your firm is registered
with as MSE and the proof for the same may be attached
ANNEXURE – III
Financial Bid: towards Supply, Installation, Commissioning and Testing of Servers and
Components
Sl. Particulars Qty. Rate Per GST Total
No Qty.
1 Storage system (SAN) 1 No
HBA Card
Dual port 16Gbps FC card with all necessary
accessories.
3. Storage: 1No.
Processors
2 x Intel or AMD Processor with minimum
8 Cores, 2.10 GHz, 20 MB Cache or better
Chipset
Dual processors capable Motherboard
Slots
2 or more PCI – Express 3.0 slots with at
least one slot free
RAM
Minimum 96GB registered ECC DIMMs in
balanced mode DDR4 2666 MHz.
Memory slots
Minimum 24, 12 DIMMs per CPU
HDD
150TB usable capacity (in RAID 5), using
minimum of 10TB SATA III/ NL-SAS/SAS
12 Gbps Hot-plug Enterprises 3.5” Hard
Disk Drive expandable upto 300TB. The
system should survive a minimum of 20%
of total number of hard drives failure (E.g
system should tolerate 20 drives failure in
Chassis
19” Rack – mount server with tool-less
chassis and with Rack mount kit with
Sliding rails and accessories for tool-less
mounting in 4-post rack. Redundant, fully
populated hot plug fans.
Network card
2Nos of 10G SFP+ to be connected to Core
switch.
Management
Dedicated OEM Management Controller,
software and necessary licences for system
& FULL remote management functionality
– IPMI 2.0 compliant with FULL remote
KVM and media redirection support.
Compliance
RoHS, Energy Star 5.0, IPMI
Certification
Machine should be compatible with Linux
OS.
Warranty
Five years Comprehensive
onsite/parts/labour warranty support
Drivers/ Accessories
Required drives and cables to be provided.
4. Server Rack: 1No.
Capacity
42 U Server Rack
Size
Standard 19” wide and 42U height
Doors
Single front Door and dual Rear Doors with
perforation for ease of front to back air flow
Side Doors
Side doors should be removable
Security
All the doors front, back and side should be
lockable. Locks and keys to be provided
Dimension
600mm (W) x 1200mm (D) x 2000 mm (H)
PDU
2 x No’s of 32 amps PDU with Minimum
20 x C13 sockets and 2 x C19 sockets.
Accessories
Required Accessories and cables to be
provided.
Name of application specialist/ Service Engineer who have the technical competency to handle
and support the quoted product during the warranty period.
Name of the Organization Name of the Contract Persons Contact No
Signature of Bidder
Name: ______________________
Date:
To
The Director,
National Centre for Disease Informatics and Research (ICMR)
Nirmal Bhawan-ICMR Complex (II Floor), Poojanahalli,
Off N.H. –7, Adjacent to Trumpet Flyover of BIAL
Kannamangala Post, Bengaluru – 562 110
Dear Sir,
We hereby give our consent to accept the related payments of our claims/bills on
NCDIR through Cheques or Internet based online E-Payments system at the sole discretion of
NCDIR. Our Bank account details for the said purpose are as under:
A. Vendor Details
1. Name (As per the Bank Records)
2. Address
3. PAN No.
4. TIN No.
5. CST No
6. Email ID
7. Mobile Number
B. Particulars of Bank Account:
1. Bank Name
2. Branch Name/Branch Code
3. Branch Address
4. 9 Digit MICR No. of Bank and Branch
(As appearing on the cheque )
5. Account Type (Saving/Cash credit/
Current)
6. Account Number (as appearing on the
cheque book)
7. IFSC Code of the Branch (For RTGS )
8. IFSC Code of the Branch (For NEFT)
Certified that the particulars furnished above are correct as per our records
Encl: Photocopy of cheque duly cancelled and copy of Indian PAN Card
To
The Director,
National Centre for Disease Informatics and Research (ICMR)
NirmalBhawan-ICMR Complex (II Floor),
Poojanahalli Off N.H. –7, Adjacent to Trumpet Flyover of BIAL
Kannamangala Post, Bengaluru – 562 110
Sir,
1.
2.
3.
Signature :
Name :
Designation :
Email Address :
Date :
3. We undertake to pay to the NCDIR Bengaluru any money so demanded not withstanding any
disputes raised by the Bidder(s)/supplier(s) in any suit or proceeding pending before any court or
tribunal relating thereto our liability under the present being absolute and equivocal. The payment so
made by us under this bond shall be valid discharge of our liability for payment there under and the
Bidder(s)/ supplier(s) shall have no claim against us for making such payment.
5. We (name of the bank) further agree with the NCDIR Bengaluru that the NCDIR Bengaluru
shall have the fullest liberty without our consent and without affecting in any manner our obligations
here under to vary and of the terms & condition of said agreement or to extend time of performance by
Note: This guarantee should be issued on non-judicial stamped paper, stamped in accordance with the
stamp act.
DECLARATION
I/We having our office as mentioned below and declare that I/we have never been blacklisted by any
State Government/Central Government or any State/Central PSU.
Signature :
Name :
Designation :
Date :
Place :
The last three years’ sales turn-over details are furnished as follows.
Name of the Company / Firm:
Proof of the above sales turn-over details should be furnished in the form of Audited Annual Accounts
of the bidder.
Dear Sir,
We hereby extend our full guarantee, warranty and support and also in meeting warranty obligations by
providing necessary spares in time for the goods & services offered by the above dealer against this
tender.
Yours faithfully
(Name)
(Name of the Manufacturer)
[Note: This letter of authority should be on the letterhead of the manufacturer and should be signed by
a person competent and having a power of attorney to bind the manufacturer. The bidder in its bid
should include it.]
In case the tender document is downloaded from the website a deceleration in the following Performa
has to be furnished.
In case at any stage, it is found that the information given above is false/ incorrect, NCDIR Bengaluru
shall have the absolute right to take any action as deemed fit/without any prior intimation.
Part 1.
Technical Bid towards Supply, Installation, Commissioning and Testing of Servers and
Components
3. Server: 2 Numbers.
4. Storage: 1 Number.