SEBUTHARGA MEMBEKAL, MENGHANTAR, MEMASANG ... - melaka…
Transcript of SEBUTHARGA MEMBEKAL, MENGHANTAR, MEMASANG ... - melaka…
SEBUTHARGA MEMBEKAL, MENGHANTAR, MEMASANG DAN
MENGKONFIGURASI PERALATAN DAN PERISIAN GIS NEGERI
MELAKA
BAGI
JABATAN KETUA MENTERI MELAKA
NO. SPESIFIKASI : JKMM.BTMK(S).400-10/2/5 Jld.14(27)
JABATAN KETUA MENTERI MELAKA
ARAS 1, BLOK TEMENGGONG,
SERI NEGERI, AYER KEROH,
75450 MELAKA
(U.P.: BAHAGIAN TEKNOLOGI MAKLUMAT DAN KOMUNIKASI)
2
CONTENTS
NO.
CONTENTS
PAGES
1.
PART I
GENERAL TERMS AND CONDITIONS OF
QUOTATION
3
2.
PART II
HARDWARE AND SOFTWARE SPECIFICATIONS
11
3.
PART III
MAINTENANCE AND SUPPORT SERVICES
16
4.
PART IV
SCHEDULE OF INFORMATION
21
3
PART 1- GENERAL TERMS DAN CONDITIONS OF QUOTATION
NO. CONTENTS PAGE
1. Proposal……………………………………………………………. . …….
4
2. Selection Procedures……………………………………………………….
4
3. Criteria for Selection……………………………………………………….
5
4. Compilation of Quotation…………………………………………………..
5
5. Amendments………………………………………………………………..
7
6. Language Of Quotation Submission………………………………………
7
7. Notification of Acceptance…………………………………………………
7
8. Basis and Conditions of Quotation…………………………………………
7
9. Price and Charges…………………………………………………………..
8
10. Acceptance of Quotations…………………………………………………
8
11. Delivery and Installation of the Proposed
Network Equipment ……………………………………………………….
8
12. Warranty……………………………………………………………………
10
4
PART 1 – GENERAL TERMS DAN CONDITIONS OF QUOTATION
1. PROPOSAL
1.1 To proposed :-
1.1.1 1 unit of Server
1.1.2 1 unit of KVM Switch
1.1.3 1 unit of KMM Rack mount LED Console
1.1.4 1 unit of Uninterruptible Power Supply (UPS)
1.1.5 1 unit of Database Software
2. SELECTIONS PROCEDURES
2.1 Satisfy Quotation Procedures
Vendor is required to comply strictly with the quotation procedures stated below.
Non-compliance with any of the procedures will result in disqualification.
a) All Vendors MUST be registered with the Ministry of Finance under
heading 210100 and sub-heading 210102 and 210103.
b) Quotation proposals must be submitted before or at the latest by 12.00
Noon on Wednesday, 29th June 2016. Late proposal will not be
considered.
c) Quotation proposals must be submitted in three (3) sets and must be in
accordance to specification listed in paragraph 4.
d) Vendors are required to submit with their quotation proposals letter from
the manufacturer/distributor of the hardware proposed confirming
their rights as distributor/authorized dealer/agent.
2.2 Satisfy Specification Requisites
Proposals that comply to the quotation procedures will have to meet all
specification requisites as described in Part II. Proposals not complying with
specification requisites will be disqualified.
2.3 Testing of Equipment
Jabatan Ketua Menteri Melaka (JKMM) reserves the right to conduct testing on
all proposals which meet the specification requisites to ensure compliance with
specifications stated. The equipment sent must be equivalent to that proposed
in the quotation.
5
2.4 Final Shortlist
The Final short listed quotation will be subjected to further detailed evaluation in
both technical excellence and cost effectiveness. Separate technical and cost
rankings will then be conducted after which the most effective solution will be
recommended for acceptance.
3. CRITERIA FOR SELECTION
3.1 Hardware and Reliability
The hardware proposed shall be new, durable, high quality, reliable and be able to
operate under normal office environment.
3.2 Support
Utmost consideration will be given to hardware support that will be provided
by the vendor, the policy of the company, the relationship with their principals,
their standing as supplies of the equipment required by the vendor and their after-
sales services will be highly placed upon. The vendor is required to supply
JKMM with a list of all installation having the same proposed equipments in
Malaysia for public and private sector.
4. COMPILATION OF QUOTATION
4.1 Content
Quotation proposal must be submitted in three (3) sets, with the original clearly
marked “ASAL” or “ORIGINAL” and it shall consist of :-
i) FINANCIAL PROPOSAL
a) Lampiran Q.
b) Vendor’s Profile (APPENDIX 1).
c) Schedule Of Price (APPENDIX 2).
d) A copy of Letter or Certificate of Registration with the Ministry of
Finance.
e) A Copy of Bank Statement for the latest 3 months (at least March,
April and May 2016)
6
ii) TECHNICAL PROPOSAL
f) Schedule of Equipment in accordance with the Schedule of Prices
(APPENDIX 2) but without the prices including full details of
Type and Model No. and Manufacturer's Name and the accessories
to be supplied. (APPENDIX 3).
g) Record of Experience (APPENDIX 4).
h) Technical Information and compliance for Hardware (APPENDIX
5).
i) Technical Information and compliance for Maintenances and
support service (APPENDIX 6).
j) Brochure/Full technical information on the equipment proposed.
k) A letter from the manufacturer/distributor of the proposed
equipments confirming Vendor’s rights as distributor/authorized
dealer/agent or reseller.
All quotation documents shall be duly signed or initialed and schedules with all
items filled in by the vendor. Non-compliance with any of the above will result
in the proposals being disqualified. The vendor is required to answer every
question asked. In answering the questions, the vendor must at all time answer
accurately and in accordance with the intents and formats of the questionnaires.
The answers should be precise with references made to relevant parts of the main
proposal.
4.2 Submission
Each quotation proposal must be well sealed duly marked as “SULIT –
SEBUTHARGA MEMBEKAL, MENGHANTAR, MEMASANG DAN
MENGKONFIGURASI PERALATAN DAN PERISIAN SERVER GIS
NEGERI MELAKA” at the top left hand corner and addressed clearly to :-
Y.B SETIAUSAHA KERAJAAN NEGERI MELAKA
JABATAN KETUA MENTERI MELAKA,
BLOK TEMENGGONG, ARAS 1,
SERI NEGERI, AYER KEROH,
75450 MELAKA.
(u.p. : Bahagian Teknologi Maklumat Dan Komunikasi)
7
5. AMENDMENTS
5.1 JKMM reserves the right to amend or delete any documents forming part of this
Invitation to vendor, at any time without prior notice in order to give effect to a
change in policy or to correct any error, omission, ambiguity or inconsistency that
may arise after the issue of this Invitation to quotation.
5.2 In the event of any re-issue of this Invitation to quotation all vendor will be
notified accordingly.
6. LANGUAGE OF QUOTATION SUBMISSION
6.1 All documents submitted by the vendor, including technical manuals should be in
the Bahasa Malaysia or English Language.
7. NOTIFICATION OF ACCEPTANCE
7.1 Notice of Acceptance will be given in writing to the successful vendor once his
quotation is accepted by JKMM.
7.2 The notice may include any additional conditions or alterations to the conditions
accompanying this document and if so, the quotation cannot be deemed to have
been agreed unless and until there is a written confirmation from the vendor
accepting the additional condition(s)/alteration(s).
7.3 When agreed upon, a contract is considered to have been made between the
Government and the vendor in accordance with the accompanying conditions
(inclusive of the additional and altered conditions) and no other agreement or
conditions shall be deem to have been included in this contract.
8. BASIS AND CONDITIONS OF QUOTATION
8.1 The quotation should be based on the specifications and conditions contained in
this document.
8.2 In no case will any claim of expenses incurred by the vendor in the preparation
and submission of this quotation be allowed.
8
9. PRICE AND CHARGES
9.1 Prices shall be quoted in Malaysian Ringgit and on the basis on CIF or FOB
where is applicable.
9.2 Prices quoted in the proposal should be valid for a period of not less than 90 days
from the date of the closing of this quotation.
9.3 Prices must be broken down on a per item basis and according to the format
provided under the schedule of price as given in APPENDIX 2. The schedule of
price shall be quoted on the basis of Outright Purchase where the Unit Price
and Total Price (both inclusive of delivery and installation but excluding
customs duties and monthly maintenance).
9.4 Quotation should include separate prices for all optional and alternative features
available for the equipment.
9.5 The brand name and the model number where applicable must be stated in all
cases.
10. ACCEPTANCE OF QUOTATION
10.1 JKMM shall not be bound to accept the lowest of any quotation. JKMM reserves
the right, regardless of the quotation submitted, to accept bids for the entire
schedule, or combination of schedule or for individual items at its own discretion
unless the vendor has stipulated specific limitations.
11. DELIVERY AND INSTALLATION OF THE PROPOSED EQUIPMENT
11.1 Delivery Programmed
The delivery programmed is thus as follows:-
Programmed Date
Award of LA To
Successful Tendered
Return of LA and
Performance Bond
1 week after issuance of LA
Equipment deliver and
install at site
Within 6 weeks after
Notification
Provisional Acceptance
Within 4 weeks after date of
installation
Final Acceptance
Within 4 weeks after date of
Provisional Acceptance
9
A critical selection criterion would be the installation time frame. Vendors are
required to conform to the above schedule, and to elaborate on the details of
delivery and installation in their quotation submission. JKMM reserves the right
to determine the date of installation.
11.2 Delivery and Installation
The successful vendor shall have the delivers and install the proposed equipments
at site as requested by JKMM within 4 weeks from the date when an official
acceptance is given to the successful vendor. JKMM shall take all reasonable
measure that site preparation and provision for electricity supply be effected
before the physical installation of the proposed equipment.
11.3 Provisional Acceptance
11.3.1 The successful Tenderer shall allow JKMM to operate the equipments on
a test basis for a period within 4 weeks after delivery and installation. If
during such period, the equipments perform in accordance to
specifications and with a system down time of not greater than 5 per cent,
the equipments will be given final acceptance.
11.3.2 JKMM reserves the right to extent the test period if any major fault in the
equipments due to defective workmanship, materials or design is detected;
or if recurrent fault indicates the likelihood of some inherent weaknesses.
11.3.3 The date of final acceptance will be acknowledge by JKMM in writing
11.4 Final Acceptance
11.3.4 The successful Tenderer shall allow JKMM to operate the equipments on
a test basis for a period within 4 weeks after Provisional Acceptance. If
during such period, the equipments perform in accordance to
specifications and with a system down time of not greater than 5 per cent,
the equipments will be given final acceptance.
11.3.5 JKMM reserves the right to extent the test period if any major fault in the
equipments due to defective workmanship, materials or design is detected;
or if recurrent fault indicates the likelihood of some inherent weaknesses.
11.3.6 The date of final acceptance will be acknowledge by JKMM in writing.
11.5 If the successful Tenderer shall have not completed supply, installation, testing
and eventually handing over of the equipment within the said time and if JKMM
shall not have cancelled the contract under the power conferred on it by the
General terms and conditions of this specification, the successful Tenderer shall
10
pay as liquidated damages the sum amounting to 1 per cent of the total on site cost
of the equipment for every week or part of the week in which the delivery and/or
completion of work has been delayed. The amount so calculated may be deducted
from any money payable to the successful Tenderer under the contract or any
other contract with JKMM. JKMM reserves the right to accept or reject any
extension of the period required for the delivery and/or completion of work.
12. WARRANTY
12.1 The vendor shall provide a factory warranty period of at least three (3) years
for the proposed Server. The warranty period shall commence from the date of
final acceptance. The vendor shall provide all necessary service including on-site
remedial, the supply and replacement of defective parts due to defects in material,
design, manufacture, workmanship and installation during the said period at no
cost to JKMM.
12.2 The vendor shall provide full details of any warranties that apply to the
equipment. Where individual items have different warranties, their specific details
shall be provided for each items in the conditions of vendor and to pay such
compensation as deemed justified for breach of contract.
11
PART II – HARDWARE AND SOFTWARE SPECIFICATION
NO. CONTENTS PAGE
1.1 General………………………………………………………..……………….. 12
1.2 Hardware Specification For Storage ….………………………………… 12
1.3 Software Specification for Operating System ……………………………….. 18
1.4 Specification For Services …………………………………………………… 19
12
PART II - HARDWARE AND SOFTWARE SPECIFICATIONS
1.1 General
i) System Preferences
Preference shall be given to laptop comprising of components originating from a
single manufacture.
All the specifications in the following sections are mandatory except where
specifically noted as optional.
1.2 Hardware Specification for Server (1 unit)
NO. ITEM TYPE/MODEL/VERSION/TOTAL
1. Processor
4 x Intel Xeon E7-4809 V3 2.0GHZ, 20M Cache, 6.4GT/s
QPI, Turbo, 8C/16T 115W
2.
Chipset Intel C602J
3.
Memory 64GB (8 x 8GB) DDR4 RDIMM 1866MT/s Up to 96
DIMM Slots
4.
I/O Slots Up to 10 PCIe 3.0 slots, 1 RAID slot, 1 NDC slot
5.
RAID Controllers PERC H730P Adapter RAID Controller, 2GB NV Cache
6.
Hard Drives 3TB (3 x 1TB) 7.2K RPM Near-Line SAS 12Gbps 2.5in
Hot-plug Hard Drive
7.
Drive Bays Up to 24 x 2.5” hot-plug 12Gb/6Gb SAS HDD or
SAS/SATA SSD
Up to 8 front-accessible Express Flash NVMe PCIe SSD
(PCIe 3.0)
8.
Optical Drive DVD+/-RW, SATA
9.
Network Interface Broadcom 5720 QP 1Gb Network Daughter Card
10. Graphic Card Matrox® G200 with 8MB memory
11.
Remote management iDRAC8 with Lifecycle Controller, iDRAC8 Express
(default)
12.
Accessories The server should be supplied along with software utilities
for system configuration, OS installation and system
13
information, cables, user manual and rack mount kit.
Driver software for all the adapters as per the configuration
and required operating system.
13. Power Supply 4 x Power Supply, Redundant Configuration, 1100W
14.
Form Factor 4U
15. Chassis Dimensions
(HxWxD)
H:6.8”(172.6mm) / W: 18.99” (482.4mm) / D: 31.59”
(802.3mm) with PSU and bezel
16. Operating System
Microsoft Windows Server 2012R2 Datacenter Edition
ROK
17. Warranty
3 Year ProSupport & Mission Critical: (7x24) 4-hour
Onsite Service
1.3 Hardware Specification for KVM Switch (1 Unit)
NO. ITEM TYPE/MODEL/VERSION/TOTAL
1. Form Factor
1U
2.
Dimensions (HxWxD) 1.72 x 17.00 x 9.20 inch
3.
Weight 3.2Kg
4.
Device Connectors 16 ARI ports for servers or serial devices, 2 ports for
power distribution units, 4 USB 2.0 ports
5.
Remote Access 1 remote user w/ Remote Access Key option 10/100 Mbps
Ethernet port
6.
Local Access 2 Local Ports
7.
VM/CAC Support Virtual Media support over USB
Common Access Card (CAC) capability for smart cards
128-bit SSL, AES, DES and 3DES encryption
8.
Video Support Analog VGA, SVGA and XGA, 16:10 widescreen, up to
1680 x 1050 4:3 standard, up to 1600 x 1200
9.
Rack Support Ready Rails Static For 1U Mounting
10.
Cable 10 x 10FT USB/VGA CAT5 Integrated Access Cable
11. Warranty
3 Year ProSupport Waranty
14
1.4 Hardware Specification for KMM Rackmount LED Console (1 Unit)
NO. ITEM TYPE/MODEL/VERSION/TOTAL
1. Form Factor
1U
2.
Dimensions (HxWxD) 8.5 x 29.5 x 23 inch
3.
Display Type 18.5” LED-backlit a-Si TFT-LCD module access
4.
Display Support 1366 x 768 WXGA screen with VGA connection
5.
Input Device Integrated keyboard and touchpad
6.
Rack Support Tool less mounting for square-hole and unthreaded round-
hole
7. Warranty
3 Year ProSupport warranty
1.5 Hardware Specification for Uninterruptible Power Supply (UPS) (1 Unit)
NO. ITEM TYPE/MODEL/VERSION/TOTAL
1. Power Density
Up to 1980 Watts / 2200 VA
2.
Power Operating Voltage Up to 230V
3.
Form Factor 2U
4.
Electrical Output
Connections
8 x IEC 320 C13
1 x IEC 320 C19
5.
Battery Type Maintenance-free sealed Lead-Acid battery with
suspended electrolyte : leakproof
6.
Communication DB-9 RS-232,SmartSlot,USB
7.
Weight 43.64Kg
8.
Dimensions (HxWxD) 89mm x 483mm x 660mm
7. Warranty
3 Year ProSupport waranty
15
1.6 Software Specification for Database Software (1 Unit)
The Software and services shall be at least with minimum mandatory configuration as
follows:
NO. ITEM TYPE/MODEL/VERSION/TOTAL
1. Database Software
Microsoft SQL Server Standard 2014
- Microsoft SQL Device CAL 2014 Open license
- Microsoft SQL User CAL 2014 Open license (5 Cal)
- With installation and configuration
2. GIS Software ArcGIS for Server Enterprise Standard: 4-core Server
- With installation and configuration
16
PART III - MAINTENANCE AND SUPPORT SERVICES
NO. CONTENT PAGE
1. General……………………………………………………………...
17
2. Conditions of Maintenance…………………………………………
17
3. Response Time For Curative Maintenance………………………
18
4. Maintenance Records………………………………………………
18
5. Maintenance Personnel…………………………………………….
19
6. Hardware Preventive Maintenance…………………………………
19
17
PART III - MAINTENANCE AND SUPPORT SERVICES
1. GENERAL
1.1 JKMM places strong emphasis on the adequate and ready availability of the
maintenance and support services from the Vendor to maintain the proposed
equipments in good working order and condition with high availability as well as
to assist JKMM’s staff in exploiting to the fullest possible extent, the capabilities
and features of the Equipments.
1.2 Preference shall be given to the Vendor who is able to provide a high level of
maintenance and support services for the proposed equipments and technical
advice as well as assistance in operating and maintaining the Equipments
effectively and efficiently.
1.3 The maintenance and support services and facilities specified herein are deemed
by JKMM to be necessary to meet JKMM’s requirements. Hence, Vendors shall
meet these requirements in order to merit favorable consideration of their offers.
1.4 Vendors shall provide details, as well as any replies where applicable, of the
maintenance and support services available for the purpose of JKMM’s
evaluation.
1.5 Subject to further negotiation, the following clauses will serve as the minimum
requirements for maintenance and support services.
2. CONDITIONS OF MAINTENANCE
2.1 The successful Vendor shall immediately commence preventive maintenance and
curative maintenance, which include on-site remedial, replacement of detective
parts and all engineering services, after the issue of Certificate of Acceptance at
no extra cost of such maintenance to the JKMM during the validity of the
Warranty Period.
2.2 A maintenance contract for the proposed equipments shall be drawn up to become
effective after the expiry of the Warranty Period. The successful Vendor shall
provide maintenance of at least one (1) year from the expiry date of the Warranty
Period for all the proposed Equipments facilities including related peripheral
devices.
2.3 The JKMM reserves the right to terminate the arrangements for any maintenance
upon giving a formal notice three (3) months in advance to the successful Vendor.
18
2.4 The successful Vendor shall undertake to maintain the capacity to fulfill
maintenance obligations for at least one (1) year from the expiry date of Warranty
Period if so required by the JKMM.
2.5 The successful Vendor shall submit details, documentations in method and
procedures, forms, formats etc; in order to establish high level of maintenance and
support services for the proposed Equipment. The maintenance terms and
conditions and the total monthly maintenance charges quoted as specified in
APPENDIX 2 shall be valid for a period at least three (3) years after the end
of the normal warranty period of the proposed for storage.
2.6 The successful Vendor shall have a well-established maintenance support services
and facilities. The personnel and facilities shall include :
2.6.1 Sufficiently trained, skilled and experience personnel who are proficient in
undertaking the maintenance and support tasks called for;
2.6.2 Availability of an adequate support service and facilities, to provide
consultation or repair.
2.7 Maintenance and support personnel shall be able to do maintenance visits either
on a scheduled or non-scheduled basis.
2.8 The completion of any maintenance work by the successful Vendor’s
representative on-site shall be followed by the agreed Equipments tests to be run
on the Equipments to ensure it is operating correctly.
3. RESPONSE TIME FOR CURATIVE MAINTENANCE
3.1 Maintenance calls may be made at any time between 8:00 am and 5:00 pm of a
working day. The successful Vendor shall be required to respond to any call
within four (4) hours upon the receipt of notification.
4. MAINTENANCE RECORDS
4.1 The successful Vendor shall keep records of all maintenance under the Contract in
a manner required by JKMM.
4.2 The successful vendor shall at all times make his records available for inspection
by the JKMM.
4.3 The successful Vendor shall record the commencement and completion of all
maintenance and repair and where necessary, details of the entire fault that caused
the maintenance or repair in the manner required by the JKMM. Faults defected
19
during preventive maintenance shall be recorded separately from the faults
detected or reported outside those periods.
5. MAINTENANCE PERSONNEL
5.1 The successful Vendor shall provide maintenance team(s) which has had
experienced on the proposed Equipments. The training and competence of the
team(s) shall be as such to ensure that all that are required and maintain can be
restored to and kept in the operating condition required by the JKMM.
5.2 The Vendor is to state the number of persons who are, or will be employed by
him in Malaysia, who are qualified maintenance personnel for the type of the
equipments proposed and state profiles of their relevant experience.
6. HARDWARE PREVENTIVE MAINTENANCE
6.1 The Vendor shall provide details of the recommended preventive maintenance
schedule for all items of the Equipments proposed.
21
PART IV - SCHEDULE OF INFORMATION
1. GENERAL
1.1 Tenderers are required to provide the following:
a) Lampiran Q
b) Vendor's Profile (APPENDIX 1).
c) Schedule of Price (APPENDIX 2).
d) Schedule of Equipment (APPENDIX 3)
e) Record of Experience (APPENDIX 4).
f) Technical Information and compliance for Hardware (APPENDIX 5)
g) Technical Information and compliance for Maintenance and support service
(APPENDIX 6).
1.2 In answering questions listed in Appendix as mentioned above herein, tenderers must
always answer accurately and in accordance with the intents and format of the
questionnaire rather than in a format to suit their own conveniences and tastes. The
answers should be precise and with references, where necessary, to relevant parts of
submission on details.
22
2. APPENDIX
APPENDIX CONTENTS
2.1 …………………………………………………… Lampiran Q
2.2 Appendix 1……………………………………… Vendor’s Profile
2.3 Appendix 2………………………………………. Schedule of Prices For
Hardware
2.4 Appendix 3………………………………………….Schedule of Equipment
2.5 Appendix 4 ………………………………………….Record of Experience
2.6 Appendix 5 ………………………………………….Technical Information and
Compliance For Hardware
2.6 Appendix 6………………………………………… Technical Information
And Compliance for
Maintenance and Support
Service
2.7 Appendix 7 …………………………………..............Location for delivery
Hardware