REQUEST FOR PROPOSAL (RFP)

Size: px
Start display at page:

Download "REQUEST FOR PROPOSAL (RFP)"

Transcription

1 Date: 8 th February 2017 REQUEST FOR PROPOSAL (RFP) for Supply, Installation, Implementation, Migration, Maintenance and Warranty of Technology Refresh of Existing Enterprise Storage at Kempegowda International Airport, Bengaluru Name and Address of Entity Seeking Proposals Bangalore International Airport Limited Administration Block, Alpha-2 Kempegowda International Airport, Bengaluru BENGALURU , India Person Responsible for Receipt of Proposals and Evaluation The Deputy General Manager Procurement & Contracts Bangalore International Airport Limited Kempegowda International Airport, Bengaluru BENGALURU , India ictbid@bialairport.com

2 1. INTRODUCTION 1.1 Kempegowda International Airport, Bengaluru Bengaluru Airport, currently one of the busiest airports in India, owned and operated by a public limited company: Bangalore International Airport Limited ( BIAL ), a Company within the meaning of the Companies Act, 2013, with a majority of private shareholders. Kempegowda International Airport, Bengaluru (formerly known as Bengaluru International Airport) (the Airport ) is built and is being operated at best international standards. BIAL is committed to establish the Airport as India s leading airport in terms of quality and efficiency and set a benchmark for the future development of Indian airports. Further information can be viewed at Concession Agreement between Government of India and BIAL The Hon ble Government of India has granted the exclusive right and privilege to BIAL to carry-out the development, design, financing, construction, operation and management of the Airport for a period of 30 years from the Airport opening date, with an option for BIAL to extend the concession for another 30 years. The Airport has the mandate to operate both during the day as well as at night. 2. RFP INTENT 2.1 RFP intent is to secure techno-commercial proposals from the leading Original Equipment Manufacturers ( OEMs ) or/and System Integrators ( SIs ) duly certified by OEMs, for the supply of Enterprise Storage. 2.2 The solution should be based on the state of the art technology to meet Enterprise Storage Technology Refresh requirements at Kempegowda International Airport, Bengaluru at Devanahalli (the Airport ), which would be modular and scalable. 2.3 The vendor shall supply, install and implement the new storage solution architecture. Also, the vendor shall migrate the identified storage volumes from the existing storage architecture to the newly implemented architecture with minimum down time to the business. 3. OPERATIONS AND MAINTENANCE 3.1 The vendor shall provide Warranty Support (Hardware, Software and Upgrade Support) for a period not less than three (3) years, and Post-Warranty Support (Hardware, Software and Upgrade Support) for the life-cycle, of the solution. 1

3 3.2 The vendor shall describe its support organization, problem escalation process and options for technical problem resolution. 3.3 The vendor shall provide life-cycle support of minimum seven (7) years from the date of User Acceptance Test ( UAT ), and need to clearly mention the warranty support period and post-warranty period details for support (Hardware, Software and Upgrade support). 3.4 The solution proposed, needs to consider the existing storage architecture, and provide a suitable Enterprise grade High Availability solution. 4. EXISTING STORAGE OF BIAL TO BE REPLACED AT G04 DATA CENTRE Existing Storage to be replaced (Hitachi USP-VM) at G04-DC A. System Hardware and Software Components Hitachi USP VM Storage System USP VM 8 GB Cache Module per controller x 4 (32 GB) USP VM Fiber Port Front-End Director AMS GB Cache Memory 1 X 4 GB DIMM x 4 (16 GB) AMS TB SATA 7.2 K RPM HDD X 37 (30 TB Useable) AMS GB SAS 15 K RPM HDD x 10 TB (10 TB RAW) AMS2300 Controller Unit X 2 AMS2300 Fiber Channel Intfc 4 Gbps w/4 FC ports X 2 AMS2300 Base Unit (RK) 0 controller 0 ports X 1 USP VM Base Operating System capacity (1 Lic per storage system) X 1 USP VM Virtualization System capacity (1 Lic per storage system) X 1, this is for virtualizing the AMS2300 modular storage and existing HP EVA. Device Manager License Hitachi Dynamic Provisioning License Hi-Track Call Back Software Hi-Command Management Software 2

4 B. Architecture Diagram 5. EVALUATION CRITERIA 5.1 BIAL RFP Committee will open the Technical Proposals, and the Technical Team will evaluate the Technical Proposals. Based on the Technical Evaluation, the Bidders will be short-listed. 5.2 To qualify for the Commercial Evaluation, the Bidder has to meet all the technical requirement. 3

5 6. PROPOSED ENTERPRISE STORAGE TECHNICAL SPECIFICATIONS The solution should be capable of supporting high performance and the high availability set-up at the Airport. Specification Requirement Remarks Consolidation / Virtualization Number of Controller for High Availability Confirm High Availability with redundant controller. No Single point of Failure Offered Storage Array shall be configured in a No Single Point of configuration including Array Controller card, Cache memory, FAN, Power supply etc. 16 Gb/s Fibre Channel Host Minimum of 8 Ports Ports Total Usable Storage space 60 TB Usable space RAID6 (double parity) Disk Drive Support Offered Storage Array shall support dualported 300 / 600 / 1200 / 1800GB hotpluggable Enterprise SAS hard drives, Minimum of 400GB SSD Drives along with nearline SAS drives of 2TB / 4TB / 6TB / 8TB drives. Operating System & Clustering Support The storage array should support industryleading Operating System platforms including: Windows 2012, VMware, Solaris, HP-UX, IBM- AIX and Linux. Capacity & Scalability Storage shall be scalable to minimum of 400TB using 1800GB drives. Protocols Offered Storage array shall support all well known protocols like FC, ISCSI, FCOE, SMB 3.0, NFS V4, NDMP etc. Storage Tiering 1. Offered storage shall support dynamic migration of Volume from one Raid set to another set while keeping the application online. License has to be provided for the given capacity 2. For effective data tiering, Storage subsystem shall support automatically Policy based Sub-Lun Data Migration from one Set of Snapshot / Point in time copy / Clone drive Tier to another set of drive tier. 1. Offered Storage shall have support to make the snapshot and full copy (Clone) License has to be provided for the given capacity 2. The storage array should have support for both controller-based as well as file system based snapshots functionality (At-least 1024 copies for a given volume or a file store). 4

6 Centralized Management Tool Supported RAID levels 6,5,1,0 Maintenance Support 3. Storage array shall have functionality to reclaim the space from Thin Provisioned Deleted snapshot automatically. Storage management tool. Offered storage shall support online nondisruptive firmware upgrade for both Controller and disk drives. 24 X 7 Pro-active support with 6 hours resolution time commitment. 7. QUALITY ASSURANCE 7.1 The Bidder shall submit quality assurance certificate / document that will be relevant to the product. 7.2 The Bidder shall be responsible for any cost incurred due to poor quality of the deliverables. 8. GENERAL GUIDELINES 8.1 It is the Bidder s responsibility to secure all work permits and entry permits for its staff. It is mandatory for the Bidder to meet all Bureau of Civil Aviation Security ( BCAS ) regulatory requirements to secure access permits for its employees, and must possess at all times, when in the Airport premises. 8.2 For every employee, the Bidder has to remit Rupees Seventy-Five ( 75/-) in the form of demand draft drawn in favour of BANGALORE INTERNATIONAL AIRPORT LIMITED, payable at Bengaluru, for Temporary Airport Entry Permit. 8.3 List of documents to be submitted for processing the application for Airport Entry Permit Individual Passport Size Photographs: 2 Nos; Self-attested copy of Photographic-Proof of Identity (Driving License / Permanent Account Number Card / Recent Passport / Police Verification Certificate / Voter s Identity ( ID ) Card, etc.); Company ID Card; Authorization Letter from the selected Bidder to take part in the site survey. 5

7 8.3.5 List of Equipment / Tools to be carried inside the Terminal Building and Air Field (For Central Industrial Security Force ( CISF ) to approve). 9. COMMERCIAL RESPONSE TEMPLATE The Bidder to submit the Commercial Proposal using the following template. Any lineitem not applicable, may be deleted / modified suitably. Minimum warranty: three (3) years for both hardware and software. Sl. No. Description 1 Supply of Materials (BOM) (Separate line-item cost for each component with tax break-up). Unit Cost (INR) Tax (INR) Qty. Amount (INR) 2 Installation and commissioning. 3 User Acceptance Test. 4 Minimum 3 years on-site support warranty with 6 hours Click Through Rate ( CTR ) commitment. 5 Migration charges, if any. 6 Emergency spares (if any) to be quoted separately. 7 AMC Charges for 4 th Year Post Warranty 8 AMC Charges for 5 th Year Post Warranty Grand Total 10. PAYMENT SCHEDULE The payment phases would be as follows: Sl. No. Description Payment Release in Percentage 1 Completion of Supply of Material 55 2 Completion of Installation, Implementation, Migration and User Acceptance % Retention for Warranty Period against submission of Performance Bank Guarantee Grand Total

8 Sl. No. Description OR Payment Release in Percentage 1 Completion of Supply of Material 70 2 Completion of Installation, Implementation, Migration and User Acceptance % Retention for Warranty Period against submission of Performance Bank Guarantee Grand Total as decided by BIAL at its sole and absolute discretion. The Bidder shall quote the price separately in both the aforesaid payment phases. The payment(s) will be processed within thirty (30) days of submission of valid invoice in original. 11. PAYMENT TERMS Payment will be released after deductions, if any, within thirty (30) days of receipt of the original copy of the valid invoice against submission of the completion certificate for each phase. 12. BID SUBMISSION Hardcopies of the offer must be submitted in two (2) parts sealed separately as Part - I (Technical Bid) and Part - II (Commercial Bid) in separate sealed envelopes along-with softcopies of the bids in the digital optical discs like, compact discs or digital versatile discs Part I (Technical Bid) shall contain: Covering letter with qualifying criteria, customer references, etc; Technical compliance sheet; Detailed bill of materials, without commercials; Technical datasheets for all the proposed devices / components; Support organization, problem escalation process, response and resolution time; Customer references and purchase order copies to prove the eligibility criteria; Supply schedule and training schedule to the installer and the BIAL ICT team; Location of the nearest sales office and support office; Service Level Agreement ( SLA ) documents describing response & resolution time; 7

9 Acceptance in the industry of the Bidder s products/services (Letters / Feedbacks from the existing customers / leading magazines, or audit reports on the products and the services) Part II (Commercial Bid) shall contain: Covering letter; Detailed bill of materials with tax structure for each line-item, for the supply and installation; Documents to prove the turnover for last three (3) years; Delivery schedule, exceptions and deviations, if any; Validity of offer (not less than one hundred and eighty (180) days from the Proposal submission date; Value Added Tax registration certificate; Service Tax registration certificate; Goods and Services Tax registration certificate, if any; List of relevant / comparable projects; Purchase Order references; OEM authorisation letter, if applicable. The separate Technical Proposal and the Commercial Proposal should be sent to the following address titled: Technology Refresh of Existing Enterprise Storage The Deputy General Manager Procurement & Contracts Bangalore International Airport Limited Administration Block, Alpha-2 Kempegowda International Airport, Bengaluru BENGALURU , India 13. RFP TIME SCHEDULE The following timetable indicates BIAL s intended schedule: Sl. No. Milestone 1 Release of RFP Document Pre-Bid Clarifications through via ictbid@baialairport.com On or before ,4pm Target Date 3 Bidders Submission of Proposal On or before ,4pm 8

10 Any proposal submitted by either facsimile transmission or is not acceptable. Any proposal received after the due date, or/and which is not in accordance with the above prescribed mode of submission, will be summarily rejected. 14. DISCLAIMER This RFP is issued by BIAL. The information contained in this RFP document or subsequently provided to the interested applicants (the Bidders ), whether verbally or in documentary or any other form by or on behalf of BIAL or any of their employees or advisers, is provided to the Bidders on the terms and conditions set-out in this RFP, and such other terms and conditions subject to which, such information is provided. This RFP is neither an agreement, nor, an offer by BIAL, to the prospective Bidders or any other person. The purpose of this RFP is to provide interested parties with the information that may be useful to them in the formulation of their proposals pursuant to this RFP. BIAL, its employees and advisers make no representation or warranty and shall have no liability to any person including any Bidder under any law, statute, rules or regulations or tort, principles of restitution or unjust enrichment or otherwise, for any loss, damages, cost or expense. The Bidder shall bear all its costs associated with or relating to the preparation and submission of its proposal including, but not limited to preparation, copying, postage, delivery fees, expenses associated with any demonstrations or presentations, which may be required by BIAL or any other costs incurred in connection with or relating to its proposal. All such costs and expenses will remain with the Bidder, and BIAL shall not be liable in any manner, whatsoever, for the same, or for any other costs or other expenses incurred by any Bidder in preparation for submission of the proposal, regardless of the conduct or outcome of the selection process. The proposal should be signed on each page by the Bidder, or its duly authorized representative. The proposal should be accompanied by a certified true copy of a board resolution or/and power-of-attorney in favour of the signatory to the documents. The Bidder shall provide all the information as per this RFP. BIAL reserves the right to evaluate only those proposals that are received in the required format, complete in all respects and in line with the instructions contained in this RFP. BIAL may, in its absolute discretion, but, without being under any obligation to do so, update, amend or supplement the information, assessment or assumption contained in this RFP. 9

11 BIAL reserves the right to accept or reject any or all proposals; qualify or disqualify any or all the Bidders without giving any reason, and is not obliged to correspond with any Bidder in this regard. This invitation for RFP does not give rise to any right in rem, and is not an offer or invitation to offer. BIAL at its absolute discretion, reserves the right, until the closure of the proposal submission, to modify any proposed terms and conditions set-out in the RFP as necessary, including but not limited to cancelling / withdrawing the RFP, to meet its objectives and principles as set-out below in this section. BIAL may at any time by notice in writing summarily terminate the Bidders Agreement without compensation, if the Bidder is declared bankrupt / insolvent, facing or/and faces any action of bankruptcy, etc. In such an event, the Bidder will be bound to refund all amounts received from BIAL. In addition to that, BIAL is also entitled to invoke the guarantee bonds, if any, executed in its favour by the bank on behalf of the Bidder. The Bidder shall be a valid legal entity as per the Indian laws. 10