17
1 Tender No: CC/2018-19/SERVER/002 Procurement of Rack Servers INDIAN INSTITUTE OF MANAGEMENT CALCUTTA JOKA, DIAMOND HARBOUR ROAD KOLKATA 700 104

INDIAN INSTITUTE OF MANAGEMENT CALCUTTA JOKA, … · Indian Institute of Management Calcutta Joka Diamond Harbour Road Kolkata – 700 104. Ph: 2467 8300- 04 (ext 4411) Quotation

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA JOKA, … · Indian Institute of Management Calcutta Joka Diamond Harbour Road Kolkata – 700 104. Ph: 2467 8300- 04 (ext 4411) Quotation

1

Tender No: CC/2018-19/SERVER/002

Procurement of Rack Servers

INDIAN INSTITUTE OF MANAGEMENT CALCUTTA JOKA, DIAMOND HARBOUR ROAD

KOLKATA 700 104

Page 2: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA JOKA, … · Indian Institute of Management Calcutta Joka Diamond Harbour Road Kolkata – 700 104. Ph: 2467 8300- 04 (ext 4411) Quotation

2

Indian Institute of Management Calcutta Joka,

Diamond Harbour Road Kolkata 700 104

17.01.2019

Sub:Tender for Rack Servers

Dear Sir,

Sealed tenders are invited for supply, installation, testing, commissioning and maintenance of Servers

with three year’s warranty at IIMC at Joka.

The scope of this tender encompasses supply of necessary components, installation, testing of equipment

for the functionalities, demonstration and adequate training to IIMC personnel for smooth

operation/management of the equipment.

Tender quotation in sealed cover in two-bid system (Techno-commercial bid 2019 – 7 Rack Servers and

Price bid 2019 – 7 Rack Servers) should be submitted in the enclosed Proforma duly filled in and signed.

No price should be mentioned in the “Techno-Commercial bid 2019 – 7 Rack Servers”.

Envelope A: (Techno-commercial bid 2019 - 7 Rack Servers) consisting of

Technical Offer containing a running serial number with authorized signature on all the pages.

All documents as mentioned in the Instructions to the Bidder.

Envelope B: (Price bid 2019 – 7 Rack Servers) consisting of only price bids containing authorized

signatures on all the pages.

Envelope C: (EMD 2019- - 7 Rack Servers) An interest free Earnest Money Deposit - 2% of offer value

quoted for, in the form of Demand Draft to be drawn in favour of Indian Institute of Management Calcutta

payable at any bank in Kolkata.

Mark the three envelopes as "Envelope A (Techno-commercial bid 2019 – 7 Rack Servers)",

“Envelope B (Price bid 2019 – 7 Rack Servers)” and “Envelope C (EMD 2019 - 7 Rack Servers). All

envelopes should be placed in another sealed cover addressed to:

Chairperson, CPDC

Indian Institute of Management Calcutta

Joka Diamond Harbour Road Kolkata – 700 104. Ph: 2467 8300- 04 (ext 4411)

Quotation in sealed cover may be submitted by hand at the Computer Center office latest by 6th February,

2019 before 4 p.m. along with the tender document stapled and signed on each page.

The Institute reserves the right to modify the requirements and reject any on all tenders wholly or partly

without assigning any reason thereof.

Quotations received incomplete or not as per enclosed forms are liable to be summarily rejected without

any further reference. Quotations sent by Telegram/Telex/Fax/email will not be accepted.

Chairperson, L&CSC

Page 3: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA JOKA, … · Indian Institute of Management Calcutta Joka Diamond Harbour Road Kolkata – 700 104. Ph: 2467 8300- 04 (ext 4411) Quotation

3

FORMAT OF SUMMARY OF INVESTMENT

This Summary of Investment (in INR ) should be enclosed with price bid only

(Including all taxes and other charges)

1. Name of the Bidder:

2. Address of the Bidder:

3. Name & Address of the person to whom all

references shall be made regarding this tender

Enquiry

4. Total Project Cost (including 3 years’ onsite warranty and inclusive of all taxes) = Rs. --------------------

5. Land Telephone Numbers: Mobile Numbers:

6. Web Site URL

7. Email.

Signature: Designation:

Company Seal: Date

N.B. No other extra cost will be entertained

Page 4: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA JOKA, … · Indian Institute of Management Calcutta Joka Diamond Harbour Road Kolkata – 700 104. Ph: 2467 8300- 04 (ext 4411) Quotation

4

Format of Price Schedule

(In INR all-inclusive and 3 years’ comprehensive warranty)

Table – 1: Server Hardware

Sl

No

Description

Qty Make

& Model

Unit

price

Taxes/

duties

etc

Total Price

1

Rack mount

Server (10

Core, 64GB

RAM)

7 No.

Table 2: Services

Sl

No

Description Unit Qty Unit

Price

Taxes

/duties

Total Price

1

Installation and

Implementation of

servers

One

Time 1

Page 5: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA JOKA, … · Indian Institute of Management Calcutta Joka Diamond Harbour Road Kolkata – 700 104. Ph: 2467 8300- 04 (ext 4411) Quotation

5

Format for details of Items and services to be ordered in P.O.

Sl No

Make &

Model

Part No Item Description

Qty Unit Price

Taxes/ duties

Total Price

Format for details of Items and services (unpriced bill of material)

To be submitted with technical bid only

Sl

No

Make & Model Part No Item Description Qty

Format for details of specifications

To be submitted with the technical bid only

Sl

No

Desc. Qty

(Nos)

Make &

Model &

detail

specification

Processo

r detail/

Processo

r Speed

Dual/S

ingle

CPU

Core

per

CPU

L3 cache

RAM detail

Port

Detai

l

hard

disk

detail

Raid

detail

1 Server

Page 6: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA JOKA, … · Indian Institute of Management Calcutta Joka Diamond Harbour Road Kolkata – 700 104. Ph: 2467 8300- 04 (ext 4411) Quotation

6

Description, Minimum Specifications & Quantity and Compliance

(This compliance document duly filled in must be submitted by the

bidder with the techno-commercial bid. Put page number from your

techno-commercial bid document against each specification in support to

the compliance for verification)

1. Server 10 Core, 64GB RAM (Qty: 7 No)

Item Description of Requirement Compliance

Y/N

Chassis 2 U Rack Mountable

CPU 1 x Intel Xeon-Silver 4114 (2.2GHz/10-core/85W) processor, Future ungradibility upto 2 Processor

Motherboard Intel® C621 Series Chipset

Memory

24DIMM slots. 16 GB DIMMS scalable upto 1.5 TB using DDR4 Load Reduced DIMM (LRDIMM) operating at 2600 MHz. System should supplied with 64GB (4x16GB) Dual Rank x4 DDR4-2666 Registered Smart Memory

Persistent memory

System should support persistent memory at over 1TB scale to deploy in-memory database

Memory Protection

Advanced ECC with multi-bit error protection, Online spare, mirrored memory and fast fault tolerance

HDD Bays

Up to 24+6 SFF HDD/SSD or 12+4+3 LFF with 2 SFF HDD/SSD or 20 NVMe PCIe SSD The drive carrier should have intutive icon based display along with "DO NOT REMOVE" caution indicator that gets activated automatically in order to aviod dataloss/downtime due to wrong drive removal.

Hard disk drive 4 x 1.2TB SAS 12G Enterprise 10K SFF

Page 7: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA JOKA, … · Indian Institute of Management Calcutta Joka Diamond Harbour Road Kolkata – 700 104. Ph: 2467 8300- 04 (ext 4411) Quotation

7

Controller

Server should support Onboard SATA software RAID controller supporting SSD/HDD and at least two M.2 drives In addition, server should support one of the below controllers supporting Mixed Mode which combines RAID and HBA mode, PCIe 3.0 based 12Gb/s SAS Raid Controller with RAID 0/1/1+0/5/50/6/60/1 Advanced Data Mirroring/10 Advanced Data Mirroring (onboard or on a PCI Express slot) or PCIe 3.0 based 12Gb/s SAS Raid Controller with RAID 0/1/1+0/5/50/6/60/1 Advanced Data Mirroring/10 Advanced Data Mirroring with 4GB battery backed write cache (onboard or on a PCI Express slot) Storage controller should support Secure encryption/data at rest Encryption

Networking features

Server should support below networking cards: 1. 1Gb 4-port network adaptors 2. 10Gb 2-port Ethernet adaptor 3. 10GBaseT 4-port Ethernet adaptor 4. 4x25Gb Ethernet adaptor 5. 10/25Gb 2-port Ethernt adaptor Infiniband Options: 40Gb dual port or 100Gb Single or Dual port Adapter

Interfaces Serial - 1 Micro SD slot - 1 USB 3.0 support With Up to 5 total: 1 front, 2 rear, 2 internal (secure)

Bus Slots Six PCI-Express 3.0 slots, atleast two x16 PCIe slots

Power Supply Should support hot plug redundant low halogen power supplies with minimum 94% efficiency 500w EACH

Fans Redundant hot-plug system fans

Industry Standard Compliance

ACPI 6.1 Compliant PCIe 3.0 Compliant PXE Support WOL Support Microsoft® Logo certifications USB 3.0 Support USB 2.0 Support Energy Star ASHRAE A3/A4 UEFI (Unified Extensible Firmware Interface Forum)

Page 8: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA JOKA, … · Indian Institute of Management Calcutta Joka Diamond Harbour Road Kolkata – 700 104. Ph: 2467 8300- 04 (ext 4411) Quotation

8

System Security

UEFI Secure Boot and Secure Start support Security feature to ensure servers do not execute compromised firmware code FIPS 140-2 validation Common Criteria certification Configurable for PCI DSS compliance Advanced Encryption Standard (AES) and Triple Data Encryption Standard (3DES) on browser Support for Commercial National Security Algorithms (CNSA) mode to prevent the use of insecure algorithms Tamper-free updates - components digitally signed and verified Secure Recovery - recover critical firmware to known good state on detection of compromised firmware Ability to rollback firmware Secure erase of NAND/User data TPM (Trusted Platform Module) 1.2 option TPM (Trusted Platform Module) 2.0 option Bezel Locking Kit option Chassis Intrusion detection option

Operating Systems and Virtualization Software Support

Microsoft Windows Server Red Hat Enterprise Linux (RHEL) SUSE Linux Enterprise Server (SLES) VMware ClearOS

GPU support System should support NVIDIA's latest computational accelerators and graphics accelerators

System tuning for performance

1. System should support feature for improved workload throughput for applications sensitive to frequency fluctuations. This feature should allow processor operations in turbo mode without the frequency fluctuations associated with running in turbo mode 2. System should support workload Profiles for simple performance optimization

Secure encryption

System should support Encryption of the data (Data at rest) on both the internal storage and cache module of the array controllers using encryption keys. Should support local key management for single server and remote key management for central management for enterprise-wide data encyption deployment.

Warranty Server Warranty includes 3-Year Parts, 3-Year Labor, 3-Year Onsite support with next business day response.

Provisioning

1. Should support tool to provision server using RESTful API to discover and deploy servers at scale 2, Provision one to many servers using own scripts to discover and deploy with Scripting Tool (STK) for Windows and Linux or Scripting Tools for Windows PowerShell

Page 9: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA JOKA, … · Indian Institute of Management Calcutta Joka Diamond Harbour Road Kolkata – 700 104. Ph: 2467 8300- 04 (ext 4411) Quotation

9

Firmware security

1. For firmware security, system should support remote management chip creating a fingerprint in the silicon, preventing servers from booting up unless the firmware matches the fingerprint. This feature should be immutable 2. Should maintain repository for firmware and drivers recipes to aid rollback or patching of compromised firmware. Should also store Factory Recovery recipe preloaded to rollback to factory tested secured firmware

Embedded Remote Management and firmware security

1. System remote management should support browser based graphical remote console along with Virtual Power button, remote boot using USB/CD/DVD Drive. It should be capable of offering upgrade of software and patches from a remote client using Media/image/folder; It should support server power capping and historical reporting and should have support for multifactor authentication 2. Server should have dedicated 1Gbps remote management port 3. Remote management port should have storage space earmarked to be used as a repository for firmware, drivers and software components. The components can be organized in to install sets and can be used to rollback/patch faulty firmware 3. Server should support agentless management using the out-of-band remote management port 4. The server should support monitoring and recording changes in the server hardware and system configuration. It assists in diagnosing problems and delivering rapid resolution when system failures occur 5. Applications to access the server remotely using popular handheld devices based on Android or Apple IOS should be availabile 6. Remote console sharing upto 6 users simultaneously during pre-OS and OS runtime operation, Console replay - Console Replay captures and stores for replay the console video during a server's last major fault or boot sequence. Microsoft Terminal Services Integration, 128 bit SSL encryption and Secure Shell Version 2 support.Should provide support for AES and 3DES on browser.Should provide remote firmware update functionality.Should provide support for Java free graphical remote console. 7. Should support managing multiple servers as one via Group Power Control Group Power Capping Group Firmware Update Group Configuration Group Virtual Media Group License Activation 8. Should support RESTful API integration 9. System should support embedded remote support to transmit hardware events directly to OEM or an authorized partner for automated phone home support

Server Management

Software should support dashboard view to quickly scan the managed resources to assess the overall health of the data center. It should provide an at-a-glance visual health summary of the resources user is authorized to view.

Page 10: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA JOKA, … · Indian Institute of Management Calcutta Joka Diamond Harbour Road Kolkata – 700 104. Ph: 2467 8300- 04 (ext 4411) Quotation

10

The Dashboard minimum should display a health summary of the following: • Server Profiles • Server Hardware • Appliance alerts

The Systems Management software should provide Role-based access control

Management software should support integration with popular virtualization platform management software like vCenter, and SCVMM

Should help provide proactive notification of actual or impending component failure alerts on critical components like CPU, Memory and HDD.

Should provide an online portal that can be accesible from anywhere. The portal should provide one stop, online access to the product, support information and provide information to track warranties, support contrats and status. The Portal should also provide a personalised dashboard to monitor device heath, hardware events, contract and warranty status. Should provide a visual status of individual devices and device groups. The Portal should be available on premise (at our location - console based) or off premise (in the cloud).

Should help to proactively identify out-of-date BIOS, drivers, and Server Management agents and enable the remote update of system software/firmware components.

The Server Management Software should be of the same brand as of the server supplier.

Warranty: 3 years comprehensive onsite with all necessary drivers.

Page 11: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA JOKA, … · Indian Institute of Management Calcutta Joka Diamond Harbour Road Kolkata – 700 104. Ph: 2467 8300- 04 (ext 4411) Quotation

11

Bidders Pre-Qualification Criterion

To be submitted with Techno- Commercial bid only

Sl no Description Documentary

evidence

provided

(Yes/No)

If YES provide

reference Page

number in

techno-

commercial

bid doc 1 The Bidding Firm should be registered under

any prevailing law in India.

2. The Firm should have minimum 2 (two) years’

experience in same or similar business.

3. The Firm should have EPF, ESI and GST

registrations in India.

4 The company must have minimum sales

turnover of Rs 2 crores per year for the last two

financial (2016-17, 2017-18) years.

5 The company must have office in Kolkata

with sufficient manpower, for the last five

years.

6 The bidding firm mush have a Problem Escalation Matrix which should be shared with

IIM Calcutta, which will ensure that the response time for any problem to be resolved should not be more than 2 hours.

7 The bidder will submit the Certificate

validating the bidder as an authorized dealer of

the OEM equipment firm along with Tender-

specific authorization from OEM.

8 The bidder firm must be a profit making

company for last 2 financial years (2016-17,

2017-18).

9 The bidder should be a 9001 series ISO

certified firm.

10 The bidding firm must have at least 2 Service

Engineers for Servers on their own payroll

such that the experience of the service

Engineers in similar field should be at least 5

years.

Page 12: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA JOKA, … · Indian Institute of Management Calcutta Joka Diamond Harbour Road Kolkata – 700 104. Ph: 2467 8300- 04 (ext 4411) Quotation

12

Indian Institute of Management Calcutta

Joka, Diamond Harbour Road Kolkata 700 104

Instructions to the Bidder

NAME OF THE WORK

Supply, installation, testing, commissioning and integration of Rack Servers in the Campus.

CONDITIONS OF TENDER

Penalty Clause:

If the bidder does not abide by the following terms & conditions, the Institute will preserve the

right to initiate appropriate action (including legal) as deemed necessary unless otherwise

specified against any specific terms & conditions.

Note:

Terms & Conditions are subject to change prior to the placement of the final purchase order.

Since IIMC is a premier national institution in management education, quote

academic/educational prices of hardware, equipment wherever applicable.

1. General

1.1 Institute reserves the right to reject any or all the tenders, wholly or partly without

assigning any reason thereof and shall not be bound to accept the lowest tender.

Institute reserves the right for distributing the work among several vendors.

1.2 All documentation is required to be in English. Corrections/overwriting, if

unavoidable, should be signed separately. Tender papers must be signed on all the

pages by the bidder.

1.3 Ambiguity must be avoided in filling tenders. All entries in the tender form must be

typewritten or in ink. The quotation must be entered both in figures and in words.

All pages of the Techno-Commercial bid should be numbered with a running serial

number and signed with office stamp by the bidder.

1.4 The Institute will not be responsible for non-receipt of tender quotations within the

specified date and time due to any reasons including postal delay or holidays.

1.8 Tender once submitted shall not be returned to the renderer in future.

Page 13: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA JOKA, … · Indian Institute of Management Calcutta Joka Diamond Harbour Road Kolkata – 700 104. Ph: 2467 8300- 04 (ext 4411) Quotation

13

1.9 The Institute reserves the right not to disclose names and rates of successful bidders.

1.10 An interest free Earnest Money 2% of offer value quoted for, should be sent

along with the Tender by way of A/C Payee Demand Draft drawn in favour of

Indian Institute of Management Calcutta payable at any bank in Kolkata.

1.11 OEM Technical Literature of all quoted items is to be submitted in the Techno-

commercial bid.

1.12 No second hand part, component and accessory should be used in the supplied

machine.

1.13 Supply of Accessories: All accessories (e.g. Power cable, Signal cable, Brackets

and fixtures, casing) that may be necessary for proper use of the equipment will have

to be included in the delivery.

1.14 Employment of sub-contractors: Employment of sub-contractors for the purpose of

carrying out any part of the job or warranty period maintenance of all or any part of

the equipment is not acceptable.

1.15 Payment of the earnest money is compulsory. In case a successful bidder (on

whom purchase order would be placed) fails to execute the job within specified job

completion schedule, the Institute will forfeit the earnest money. The earnest money

for the successful bidder shall be retained for 1 year from the date of successful

installation and commissioning of equipment as interest free Security Deposit.

Security Deposit will be returned after 1 year without any interest.

1.16 The earnest money for unsuccessful bidders shall be returned without interest.

The same may be collected within a month from the day of finalization of the order

on their applications.

1.17 Each page of the tender form, the Instructions to the bidders must be stamped and

signed by the person authorized by the bidder. Full address of the bidder must be

mentioned on the tender forms, failing which the tender may not be considered.

1.18 Bidder must have back-to-back support relation with the OEM whose products are

offered by the bidder to the Institute. An authorization letter from the OEM has to

be submitted along with the technical bid.

1.19 If necessary, the bidder is required to give presentation on the systems offered as

well as arrange site visit, where bidder has installed and integrated similar

solution.

Page 14: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA JOKA, … · Indian Institute of Management Calcutta Joka Diamond Harbour Road Kolkata – 700 104. Ph: 2467 8300- 04 (ext 4411) Quotation

14

2. Validity of offer:

Tenders submitted by bidder shall remain valid for a minimum period of 3 (three)

months from the date of opening of tender. The bidder shall not be entitled during

the said period of three months, without consent in writing from IIMC, to revoke or

cancel their tender or to change the tender given or any term thereof. In case of bidder

revoking or canceling their tenders or varying any terms in regard thereof without

consent of IIMC in writing, the earnest money deposited by them with their offers, will

be forfeited.

3. Time Schedule (Delivery & Installation):

Delivery a n d Installation of the equipment: Deliveries of the equipment are to be

made within 6 weeks from the receipt of the purchase order.

4. Risk Purchase:

In case of the failure of the delivery, installation and satisfactory commissioning of

equipment within the stipulated date, IIMC reserves the right to purchase the ordered items

from other bidder/sources by fresh tendering and in that event additional cost incurred by

IIMC for actual final executing the job if any, will be recovered from the bidder who has

got purchase order.

5. Income Tax PAN:

Copy of the PAN issued by the Govt. of India should accompany the tender. The PAN

should be in the name of the firm quoting for the work.

6. GST Registration Certificate:

Bidder must submit copies of GST registration certificates.

7. Liquidated Damages:

In the event of failure to comply with the stipulated time schedule for completion of the

delivery/execution, the IIMC will have the right to recover from the bidder towards

Liquidated Damages for delay, to the extent of 0.5% of the cost of unfinished portion of

work per week or part thereof subject to a maximum of 5% of the total contract value.

8. Service Level:

99% uptime required for installed servers. Necessary inventory of possible spare part is

required to be maintained in IIMC site in this regard. In case any server does not

function fully for 4 or more hours Rs. 1000/- will be deducted for each hour.

Page 15: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA JOKA, … · Indian Institute of Management Calcutta Joka Diamond Harbour Road Kolkata – 700 104. Ph: 2467 8300- 04 (ext 4411) Quotation

15

9. Service Window:

Monday through Saturday: 9 AM. to 6 P.M. (Six days in a week).

10. Service Compliance:

10.1 The bidder should comply with all requests and instructions from IIM Calcutta that are

within the scope of the order.

10.2 The bidder should comply with IIM Calcutta rules, safety and security procedures at all

times.

11. Installation:

11.1 Bidder shall observe all the codes specified in respective specification, all the legal

procedures, ordinances, rules and regulations and requirements pertaining to the

work and shall be responsible for extra cost arising from violation of the same.

11.2 Bidder shall have at all times during the performance of the work, a competent

supervisor on the premises. Any instruction given to such supervisor shall be

construed as having been given to the bidder.

11.3 The IIMC reserves the right to inspect all phases of the bidder's operations to

ensure conformity to the specifications. The IIMC shall have engineers, inspectors

or others duly authorized made known to the bidder, present during the progress

of the work and such representatives shall have free access to the work at all

times. The presence or absence of representatives of the IIMC does not relieve

the bidder of the responsibility for quality control in all phases of the work.

11.4 Bidder shall be solely responsible for making available all requisite installation

equipment, special aids, tools, tackles and testing equipment, appliances etc. for

executing the work.

12. Acceptance Criteria:

12.1 Performance and compatibility of all servers with the existing system and OS

should be demonstrated.

12.2 All results of installation and tests will be recorded for inspection and verification

by the IIMC. These reports shall form a part of the job completion documents.

12.3 The acceptance will be subject to submission of proper Certification from the

manufacturer, when agreed upon.

12.4 Inspection and acceptance of the work shall not relieve the bidder from any of

Page 16: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA JOKA, … · Indian Institute of Management Calcutta Joka Diamond Harbour Road Kolkata – 700 104. Ph: 2467 8300- 04 (ext 4411) Quotation

16

his responsibilities under this contract.

13. Three years comprehensive Warranty:

13.1 Bidder shall be fully responsible for the manufacturers’ warranty in respect of

proper design, quality and workmanship of all the equipment, accessories etc.

covered by the tender for a period of 36 months from the date of acceptance of

the completion of the Job. The bidder at his owns cost shall replace defective

equipment on site within 4 (four) hrs. Bidder should carry necessary inventory

of equipment locally with this respect.

13.2 In case of any server failure, the vendor shall ensure that the server is made

operational to the full satisfaction of the Institute.

13.3 The Institute reserves the right to replace/add components of the equipment

from different (third party) OEM without affecting the maintenance terms.

13.4 The selected Vendor shall ensure 99% uptime for solution on 24*7 basis. In

the case of any break down/malfunctioning of hardware, hardware

components, accessories, software, etc., the relevant defect is attended to and

rectified within 4 hours of the receipt/notice of the complaint. Further,

proportionate penalty will be levied in case of down time of the server, which

shall include extension of warranty period to the extent of down time and/or

penalty of Rs.1000/- (Rs thousand) per hour.

13.5 Institute reserves the right to enter into AMC agreement for the servers etc. or

reject any proposal for it without assigning any reason. Entering into or renewal

of AMC will be done only after submission of the Satisfactory Service Report

signed by the concerned authority.

13.6 The comprehensive maintenance during warranty would be inclusive of all

spares need to be replaced and excluding consumables. The list of consumables

should be furnished separately.

13.7 The bidder shall guarantee the availability of spares for a period of at least two

years in respect of all the hardware and hardware accessories after Warranty

period.

13.8 The bidder will have to maintain the hardware products procured for the

purpose as part of this tender for the warranty period.

14. Jurisdiction:

All questions, disputes and/or differences arising under and out of, or in connection with

Page 17: INDIAN INSTITUTE OF MANAGEMENT CALCUTTA JOKA, … · Indian Institute of Management Calcutta Joka Diamond Harbour Road Kolkata – 700 104. Ph: 2467 8300- 04 (ext 4411) Quotation

17

the contract, if concluded, shall be referred to the High Court of Calcutta or any other

court in the district of 24 Parganas (South).

15. Site Cleaning:

15.1 The bidder shall take care of cleaning the work site from time to time for easy

access to work site and also from safety point of view.

15.2 Site should be always kept clean up to the entire satisfaction of the IIMC. Before

handing over of any work to the IIMC, the bidder in addition to other formalities to

be observed as detailed in the document shall remove the waste materials from the

site to the entire satisfaction of the IIMC.

16. Training:

The successful bidder shall have to train 2 persons of the Institute on site by the

certified and trained engineers/personnel on the hardware products supplied. The

duration of the training program should not be less than 1 working day.

17. Power Supply:

Power supply shall be made available at suitable points only, within the project area.

18. Force Majeure:

Force Majeure is herein defined as any cause, which is beyond the control of the

selected Bidder or the Institute as the case may be which they could not foresee or

with a reasonable amount of diligence could not have foreseen and which substantially

affect the performance of the Contract, such as:

Natural phenomena, including but not limited to floods, droughts, earthquakes,

epidemics

Acts of any Government, including but not limited to war, declared or undeclared,

priorities, quarantines, embargoes

Terrorist attacks, public unrest in work area Restriction,

Freight Embargo

provided either party shall within ten (10) days from the occurrence of such a cause

notify the other in writing of such causes. The Bidder or the Institute shall not be

liable for delay in performing his/her obligations resulting from any Force Majeure

cause as referred to and/or defined above.

--------------