International Institute of Information Technology (MIIT Mentoring Cell) Date: 7th February 2018 Tender Reference: MIIT/41/18 for supply, installation, testing & commissioning and onsite support for installation and setting up of Networking and Security Laboratory for Myanmar Institute of Information and Technology (MIIT) at Mandalay in Myanmar on turnkey basis. Following clarifications are issued in response to the queries received from Prospective bidders: Sl no Tender Technical Queries Clause as published in the tender 01 Section 1, Clause No 2 (d), Page no 3 Self-Attested copy of VAT/ CST, Service Tax Number/ Registration certificate, GST as applicable. 02 Section 1 Page No 4 Clause No 2 (i) & Page No 6 Clause No 4.2, Page no 4 & 6 The copy of Supply Orders/ Contracts/ Agreements issued by/ signed with Government of India (Ministry/ Department/ Undertaking/ PSU/ Educational Institutions such as I IT’s, NIT’s, or other such Central Universities/Banking sector/lT-SEZs/Technology parks/ Stock/Commodity exchanges and reputed private organizations including educational institutions in India) for similar work, executed by the bidders in last five years ending December 31st 2017. The bidder should also enclose the completion certificate duly issued by the end user. The bidder should also enclose the completion certificate duly issued by the end user. The bidder should have completed at least ONE similar work not less than Rs. 1.68 Crore OR TWO similar works not less than Rs. 1.05 Crore each OR THREE similar works not Remarks/sub mission/Justifi cation As GST is applicable across nation from 1st July 2017, we request you to kindly allow the submission of - Self attested copy of valid GST Certificate & PAN Card of Company Please remove Private Organizations Order/s as this will lead to no means to verify the claim being made by the bidder & authenticity of order & its completion Clarifications/Corrigend a/Amendment The terms and conditions are consistent with other tender issued for the same project. No change. No change. less than 84 Lakhs each. The similar work means supply & installation of all/ most of the items mentioned in this tender document in a single project on turn-key basis in India/abroad. 03 Section 1 Clause No 2 (m) Page no 4 Undertaking to the effect that a Performance Bank Guarantee (PBG) of 10% of the order value will be submitted within 15 (fifteen) days of the receipt of Supply Order from IIIT Bangalore Please allow submission of 10% Performance Bank Guarantee with in 30 days from the date of reciept of supply order by successful bidder as all reputed banks have process of approval to customer format. No Change 04 Section II Clause No 1 page 6 Please allow minimum 180 days for the delivery & installation at site No change, the delivery timelines remain unchanged. 05 Section II Clause No 6.2 page 7 Section II Clause No 4 (4.1) & - MAF page 6 & 24 NSIC/MSME exemption is valid only for services and the products manufactured by registered company with NSIC / MSME and not for trading items from mutli national equipment manufacturer products. Since product desired are from leading original equipment manufacturer, such bidder enclsoing NSIC / MSMW shall not not qualify as MSME, therefore we request you to delete the clause. As per MAF format it clearly stated in second paragraph that - M/s _____________ (Name of the manufacturer) within the scope of requirement as per the tender mentioned above through its authorised partner M/s ______________ (Name of the bidder) shall provide support & product warranty services for a minimum period of one year form the date of installation and commissioning. Please confirm if any additional certificate need to be No change 06 Delivery Period / Project Timelines The delivery and installation at site(s) must be completed within 70 days from the date of placement of supply order by IIIT Bangalore. The bidders registered with NSIC / MSME may claim exemption from submission from EMD. In this case bidder should submit a copy of valid NSIC/MSME registration certificate along with the technical bid. If bidder submits NSIC/MSME certificate in lieu of EMD then its technical competence to participate in the tender would be ascertained. The bidding agent shall furnish an undertaking/ authorization from the Principal/ Manufacturer for participating in this tender clearly mentioning that all necessary support for installation and commissioning of the tendered equipment shall be provided by the Principal to the bidding agent. The MAF Only states that OEM will provide support post installation and commission. Bidder needs to include adequate documentation to outline that OEM support would be there for the installation and commission as well. 07 Section III 1, page 11 08 Section III & MAF Format 6 , page 11 & 24 - MAF 09 Section III , clause 7 page 12 Bidders should quote the prices in INR(for Indian Bidders) or in US $(for foreign bidders) and as per the format given in Price Schedule at Section – V of this document. If the rates are quoted in US Dollars then for the purpose of evaluation of price bids, the prevailing rate of exchange as on the date of technical bid opening will be taken into account for arriving at the equivalent rupee value of the quote. All the items covered in the schedule of requirements, shall carry minimum 2 (two) years on site comprehensive warranty from the date of its installation & commissioning. i. IIIT Bangalore shall release 5% of the payment upon purchase order subject to receipt of the performance bank guarantee as outlined in clause 8 below. ii. IIIT Bangalore shall release 35% of the payment upon dispatch of the tendered items subject to submission of original shipping documents and BL. iii. IIIT Bangalore shall release 30% of the payment upon delivery of the tendered items at MIIT subject to satisfactory certificate of receipt by Embassy of India, Yangon and/or MIIT/IIIT- Bangalore. iv. Payment of 30% of the purchase order value will be made after physical enclosed from OEM in our technical bid that all necessary support for installation and commissioning of the tendered equipment shall be provided by the Principal to the bidding agent, although MAF meets the requirement for participation. Kindly clarify Kindly allow fair technocommercial comparison between Indian & Forigen bidders, by allowing Indian bidders also to quote in USD. IIIT Bangalore may seek the name of foreign partner/distributor on whom the LC shall be established from Indian Bidder. The terms and conditions are consistent with other tender issued for the same project. No change. Please confirm if the warranty required is minimum 2 Years or One Year as per MAF Format on page no 24. Warranty would be required for 2 years. i. IIIT Bangalore shall release 80% of the payment on dispatch of the tendered items against submission of Invoice, Packing List, Copy of Insurance & Chartered Engineer Certificate in original to IIIT Bangalore. ii. Balance Payment of 20% of the purchase order value will be made after the satisfactory successful installation and commissioning of the tendered items on certification by MIIT/ Indian Mission in Myanmar. iii. In case of foreign/Indian bidders who quoted in US $, letter of credit(LC) will be opened and payment would be released as per 7(1) and 7(2). Indian bidder should nominate distributor for establising the LC by IIIT The terms and conditions are consistent with other tender issued for the same project. No change. verification by a Project Monitoring Committee (PMC). v. In case of foreign bidders who quoted in US $, letter of credit(LC) will be opened and payment would be released as per 7(1), 7(2), 7(3) and 7(4). Bangalore / billing purposes only. All the delivery, installation, testing & commissioning responsibility of the project shall rest with Indian bidder as per tender terms including submission of PBG incase of Indian bidder decide to bid in US$. 10 Section III clause 9 page 24 MANUFACTURER AUTHORISATION FORMAT We request you to kindly allow MAF as per OEM format. Since MNC have their own format The change is accepted, subject to the MAF including all aspects that are covered in the letter as outlined in Annexure in the tender document 11 Section - V Commercial Schedule page 19 S. No 11 i.e. Cable Tester & S. No 12 Crimping tool Set Please see the revised specifications in Annexure I 12 SECTION IV - Schedule of Requirement Item S. No 2 page 16, Technical Queries 13 Section I: Invitation for Bids (IFB), clause 2(i) , Page no 4 , 6 Integrated Services Router Type II - Enhanced limited lifetime warranty (ELLW) with next business day (NBD) advance hardware replacement and 90- day access to Cisco Technical Assistance Center (TAC) support The copy of Supply Orders/ Contracts/ Agreements issued by/ signed with Government of India (Ministry/ Department/ Undertaking/ PSU/ Educational Institutions such as IIT’s, NIT’s, or other such Central Universities/Banking sector/lT SEZs/Technology parks/ Stock or commodity exchanges and reputed private organizations including educational institutions in India) for similar work, executed by the bidders in last five years ending March 31st 2017. The bidder should enclose the completion certificate duly issued by the end user. The bidder should have completed at least ONE similar work not less than Rs. 6.4 Crore OR TWO similar works not less than Rs. 4 Crore OR THREE Please confirm if the qty required is as per the following since Qty is not mentioned in Commercial Schedule: S. No 11 i.e. Cable Tester - 5 Nos S. No 12 Crimping tool Set - 10 Nos Please change it to OEM / Bidder / Local Service Provider Technical Assistance Center (TAC) support Please note for Private organization its very difficult to check authenticity of the purchase order/payments receipt and completion. We therefore, request you to delete the same from Eligibility criteria. No change Please see the revised specifications in Annexure I 14 Section II - Instruction to Bidders , clause 1 , page 6 15 Section III: Special Conditions of Contract (SCC) , clause 7 , page 12 16 Section 1, Invitation for Bids , clause 4 similar works not less than Rs. 3.2 Crore. The similar work means supply & installation & on-site support of all/ most of the items mentioned in this tender document in a single project on turn-key basis in India/ abroad. Delivery Period / Project Timelines The delivery and installation at site(s) must be completed within 70 days from the date of placement of supply order by IIIT Bangalore. IIIT Bangalore shall release 5% of the payment upon purchase order subject to receipt of the performance bank guarantee as outlined in clause 8 below. ii. IIIT Bangalore shall release 35% of the payment upon dispatch of the tendered items subject to submission of original shipping documents and BL. iii. IIIT Bangalore shall release 30% of the payment upon delivery of the tendered items at MIIT subject to satisfactory certificate of receipt by Embassy of India, Yangon and/or MIIT/IIITBangalore. iv. Payment of 30% of the purchase order value will be made after physical verification by a Project Monitoring Committee (PMC). v. In case of foreign bidders who quoted in US $, letter of credit(LC) will be opened and payment would be released as per 7(1), 7(2), 7(3) and 7(4). Bid Submission This is a complex integration project. Hence it is requested that 180 days for the delivery & installation at Site(S). No change As per industry norm we do not get credit of more than 30 days. Looking at the current payment terms 40% against dispatch would mean that our payment realization cycle would be 4-5 months for 30% payment on delivery and further 2 months for 30% against installation. The terms and conditions are consistent with other tender issued for the same project. No change. We therefore request to make it atleast 70% against dispatch and balance 30% after Installation & Commissioning sign off from Embassy of India, Yangon and / or MIIT/IIIT- Bangalore in INR & USD. We also request you to kindly extend the date of bid submission by 15 days. The revised bid submission is now 21st February 2018 Annexure I REVISED SCHEDULE OF REQUIREMENT S. No Item Switch Type 1 Ports Power Rating Switching Capacity Other requirement Readiness Stacking Port & Bandwidth Protocols Security Feature 1 vLAN Support Description Switch should have minimum 24 No’s of 10/100/1000 Base-TxPoE ports (Duplex, Full, Half) and 4 x 1GE Uplink port. Switch PoE power rating should be 375W or more. Should have minimum switching capacity of 52 Gbps. All ports on the switch should work on line rate. Should be IPv4 and IPv6 ready from day one The switch should support dedicated stacking port separate from uplink ports with minimum 48 Gbps of stacking bandwidth. Shall support IEEE 802.1s Multiple Spanning Tree Protocol and provide legacy support for IEEE 802.1d STP and IEEE 802.1w RSTP or equivalent technology and static routes. Port Security to secure the access to a port based on the MAC address of a user’s device. The aging feature to remove the MAC address from the switch after a specific time to allow another device to connect to the same port. Switch should support Port-based and 802.1Q tag-based VLANs, MAC-based VLAN, Guest VLAN, Private VLAN Edge, also known as protected ports, with multiple uplink All ports should have features of auto- negotiate, flow control (802.3x), port based network access control (802.1x), port security, MAC filtering etc. The switch should support IPv6 Guard, IPv6 RA-Guard, IPv6 DHCPGuard, Source-Guard features Should be NDPP or EAL3 certified at the time of Bidding Additional Features All necessary SFP's, interfaces, connectors, patch cords (if any) & licenses must be delivered along with the switch from day one. Power Cord Switch should be 19" Rack mountable & the switch should be supplied with Indian standard AC (5Amp) power cord. Qty 3 3 Switch Type 2 Ports Integrated wireless controller capability Siwtching Capacity Stacking bandwidth MAC Address DRAM Flash vLAN IDs Access Point Support Wireless Clients WLAN Support Virtual Interfaces Wireless bandwidth Forwarding rate Standalone switch should have minimum 48 x 10/100/1000 Ethernet PoE+ ports with minimum 4 x 1 Gigabit Ethernet uplink with 640 WAC power supply Should support up to minimum 10G of wireless capacity per switch Should support for up to 50 access points and 1000 wireless clients on each switching entity (switch or stack) Should support minimum 176Gbps switching capacity Should support minimum 160Gbps Stacking bandwidth Should support minimum 32K MAC Address Should support minimum 4GB DRAM Should support minimum 4GB Flash Should support minimum 4K vLAN IDs Should support minimum 24 access points per switch/stack Should support minimum 950 wireless clients Should support minimum 60 WLAN per switch Should support minimum 1k switched virtual interfaces Should support Up to maximum 40Gbps on 48 Port Should support minimum 75 Mpps Should have Port security that secures the access to an access or trunk port based on MAC address. Should support DHCP snooping preventing malicious users from spoofing a DHCP server Should support Dynamic ARP Inspection (DAI) 2 Advanced Security Features Should support IP Source Guard, Unicast Reverse Path Forwarding and Bidirectional data support on the SPAN. Should have flexible authentication including 802.1x, MAC authentication bypass and web authentication using a single consistent configuration Should support Comprehensive policy management Should support Multi domain authentication allowing an IP Phone and PC to authenticate on the same switch port while on voice and data vLAN Should support MAC Address notification for adding / removing the user from network Should support Mobility & Security for secure, reliable wireless connectivity and proactive blocking of known threats (if any) Should support TACACS+ & RADIUS authentications, Spanning Tree Root Guard and Wireless end to end security Resiliency Humidity support Operating Temperature Safety Certifications Environmental Compliance Router Form Factor Performance Capability Interface & Ports Switch Ports Should support 5% to 96% no condensing relative humidity Should support -5ºC to +45ºC Should have UL 60950-1 Second Edition, CAN/CSA-C22.2 No. 60950-1 Second Edition, EN 60950-1 Second Edition, IEC 60950-1 Second Edition etc Should be RoHS 5 complied 8 The Router shall have maximum 1RU form factor & should support multi core process, modular architecture and high performance architecture Should support 500 Mbps to 100 Mbps and 1Gbps to 300Mbps. Should support a fabric allowing high bandwidth module to module communication without compromising routing performance Should support 3 onboard WAN or LAN: 10/100/1000 Ports, 2 Rj 45 based Ports, 2 SFP based Ports, 2 Low Density Port Modules, 1 internal module slot The router shall support hosting of 3rd party & custom application on a module which can be easily integrated into router. Should support modular LAN Switch ports & switch ports with PoE. Should support dedicated Data Plane & Control Plane DDR2 ECC DRAM Security Should support 4GB default DDR2 ECC RAM with maximum support up to 16GB DDR2 ECC RAM Shall support Access Control Lists (ACLs), Extended ACLs, TimeBased Access Lists Using time ranges (ACL), advanced application inspection and control. Firewall feature Shall support functionality to protect the route processor from un necessary or malicious levels of traffic, including DoS attack Should support secure provisioning, advanced firewall features, Stateful firewall, Firewall Zone based policies, VRF-aware Firewall, high availability VPN Shall support transparent firewall feature: SSL VPN, Access Control & Application ACL Support Shall support Advanced VPN features, Standard IP Security (IPSec), IPSEC for IPv4 and IPv5, IPSec high availability, VRF-Aware IPSEC, Stateful failover for IPSec, Digital Encryption Standard (DES) for encryption, 3DES for Encryption, IKEv1&v2, Dead peer detection on demand and periodic, RFC 4869 RAM 3 Should have high availability, high performance IP routing and Superior QoS. Additional Features Content Filtering Intrusion Prevention System (IPS) feature Voice Support Feature 4 Shall support Group Domain of Interpretation, site to site VPNs, GRE-based IPSec VPN, dynamically established spoke to spoke VPN capabilities over public network Shall support Content filtering & protect against malware. Shall support IPS functionality in software, inline IPS functionality, VRF-aware IPS, IPS functionality in software, Multi Virtual Route Forwarding (VRF) Customer Edge (CE) for IPS NET Flow Feature Shall support Voice DSP's , Video DSP's, DSP Module Slots Ports, Local Conferencing, Phones as a integrated Router & PBX Shall support Collection of IP traffic information, anomaly-based detection of DDoS attacks and mechanism for application performance and usage pattern as security Protocols Shall support IPv4 , IPv4/IPv6 Dual Stack, Static Routes, OSPF, EIGRP, BGP, BGP Router Reflector and IS-IS protocols features Shall support for improvement of application performance and availability, selection of best path for each application based upon PFR - reachability, delay, loss, jitter & mean opinion score (mos). IPv6 features Shall support IPv6 & IPv6 plug and play network services Network / Server 42 U Enclosure Rack Enclosure for low to medium density server and networking applications that either require additional equipment clearance space or more open space for ease of access in the rear of the enclosure. Compact width to optimize data center space. Description Minimum 42U height to easily roll through doorways Dimensions 600mm Wide x 1200mm Deep Enclosure with Sides Black Maximum Height Shall have 78.39 inches maximum height Maximum Width Shall have 23.62 inches maximum width Maximum Depth Shall have 47.24 inches maximum depth Minimum Mounting Depth Maximum Mounting Depth Rack Color Vertical Post Front Door Rear Door Roof EIA Mounting Rails Side panels Certification Approvals Shall have 7.52 minimum mounting depth Shall have 41.26 maximum mounting depth Shall have Black color Shall have 16 Gauge Shall have 16 Gauge Shall have 18 Gauge Shall have 18 Gauge Shall have 14 Gauge Shall have 18 Gauge Shall have UL 2416, UL 60950-1 8 Compliance Shall be RoHS, REACH: Contains No SVHCs 8-Port Multi-Platform Analog KVM Description Minimum: 8 Port Multi Platform Analog KVM Input Frequency Shall support 50/60 Hz Input frequency 5 6 7 8 9 10 11 Note Add ons KVM Color Operating Environment 8 Shall include C13-C14 power cord, Configuration cable, Documentation CD, Firmware upgrade cable, NEMA 5-15 power cord, Rack Mounting brackets, User Manual Should be Black color Shall support 0 - 50 °C Regulatory Shall AS/NZS 3548 (C-Tick) Class A,CE,FCC Part 15 Class A,ICESApprovals 003,IEC 60950,UL 60950,VCCI Hot Pluggable Shall be capable to Add or remove servers without having to power Operation off the switch. Multi-platform Support Shall support Windows, Sun, Unix and Linux compatible. Size Minimum 1U Compliance Shall be RoHS, REACH: Contains No SVHCs Compatible KVM USB Cable KVM PS/2 Cable for KVM LAN Cable (1000 Meter / Roll) Rj 45 Cat 6e Cables Connector (Boxes) Cable Testers Crimping tool set 1. For ease of Integration offered Switches & Routers should be of same OEM make 2. For ease of integration KVM Switch required cables should be from same OEM make. 10 10 2 20 5 10 Annexure II REVISED COMMERCIAL SCHEDULE S. No 1 2 3 4 5 6 7 8 9 10 11 Item Qty Switch Type 1 Switch Type 2 Router Network/Server Enclosure 8 Port Multi Platform Analog KVM USB Cable for KVM PS/2 Cable for KVM Reputed LAN Cable (1000 Meter/Roll) Connector (Boxes) Cable Tester Crimping tool Set (X) 3 3 8 8 8 Rate/Unit (INR/USD) (A) GST (INR) (B) Total (INR/USD) =(A+B)*X 10 10 2 20 5 10 Sub Total Discount(if any) Grand Total Total Amount (In Words) :_______________________________________________________ Note 1. Do not quote optional items against the requirement mentioned in this tender. 2. The price quoted above should not be inclusive of any taxes/levies. Taxes/levies if any must be mentioned separately along with the price bid. IIIT-Bangalore shall reimburse for these taxes/levies based on submission of relevant documents including registration certificates at each payment stage. 3. Discount (if any) to be offered should be mentioned against in the respective cell provided above. In case it is mentioned elsewhere it will not be considered for the purpose of price comparison. 4. If there is a discrepancy between the unit price and total price THE UNIT PRICE shall prevail. 5. The bidder must quote for all the items mentioned under Section IV – Schedule of Requirement. The lowest price criteria shall be applied on the total composite amount of all items taken together.