Вы находитесь на странице: 1из 118

EUROPEAN UNION

INTERNATIONAL LABOUR ORGANIZATION MINISTRY OF LABOUR, INVALIDS


AND SOCIAL AFFAIRS

ITB No. 12/2009

BIDDING DOCUMENTS

EC/MOLISA/ILO LABOUR MARKET


PROJECT

VIE 07/02M/EEC

June 2009
ILO VIETNAM OFFICE
LABOUR MARKET PROJECT

INVITATION TO BID

Contents

PREFACE

GLOSSARY OF TERMS

SECTION I. INSTRUCTIONS TO BIDDERS

SECTION II. BID FORMS FOR PACKAGES 1 AND 2

SECTION III. SUPPLY REQUIREMENTS FOR PACKAGES 1 AND 2

SECTION IV. ILO GENERAL CONDITIONS FOR THE PURCHASE OF GOODS AND
RELATED SERVICES

SECTION V. SPECIAL CONDITIONS OF CONTRACTS

SECTION VI. PROPOSED MODEL OF PURCHASE ORDER/CONTRACT

SECTION VII. SAMPLE FORMS

2
PREFACE

The Labour Market Information (LMI) component is a part of the EC/MoLISA/ILO Labour
Market Project: Better Information for Creating Jobs and Developing Skills in Vietnam. This project,
executed by the ILO, is funded by European Un ion under the agreement ASIE/2007/144-967.
One o f the LMI co mponent’s objectives is to establish a Labour Market Information System
(LMIS) for the Ministry of Labour, Invalids and Social Affairs of Viet Nam (MoLISA).
A LMIS is a network of users and producers of labour market information – both quantitative
data and qualitative information – used to shed light on employment issues such as skills mismatch.
The key sources of labour market information are household-based surveys, establishment-based
surveys and administrative records. Surveys at the national level including the Labour and
Employment Survey, the Viet Nam Household Living Standards Survey and the Inter-Censal
Population Survey that collect labour statistics at the national level are the responsibility of the
General Statistical Office. The Ministry of Labour, Invalids and Social Affairs draws on these for
analysis and policy. In addition it collects labour market information from smaller surveys and
administrative records.
Key users of labour market information are Centres for Employment Services, vocational
training providers and government policy makers. Many others can be added to the list including
employers, workers, researchers, planners and educators. The main producers of labour market
information are the General Statistical Office and the Ministry of Labour, Invalids and Social Affairs.
However, useful information can be gathered from other sources such as the management information
system of Centres for Employment Services and the administrative records of educational institutions
and training providers. Other ministries and agencies also produce information related to labour
markets. This includes records, plans, laws, regulations and decrees of the government. Think tanks
and non-government organizations conduct research that gives a better picture of skill needs for
particular groups of jobs seekers defined by age, sex and ethnicity as well as location by region or
province, urban or rural, highland or coastal, for example.

3
GLOSSARY OF TERMS
BF Bid Form
BD Bidding Document
DCS Delivery and Completion Schedule
EQC Evaluation and Qualification Criteria
GCC General Conditions for the purchase of Goods and related Services; or
General Conditions of Contract
SCC Special Conditions of Contract
ICC International Chamber of Commerce
IFB Invitation for Bids
Incoterms International Commercial Terms
ITB Invitation to Bid
LGRS List of Goods and Related Services
SBD Standard Bidding Document
SBQ Schedule of Bidder Qualifications
SS Schedule of Supply
TS Technical Specifications

BOE Bureau of Employment (of MOLISA)


DOLISA Department of Labour, Invalids and Social Affairs
EC European Commission
ESC Employment Services Centre
ESS Employment Services Software
EU European Union
GSO General Statistical Office
HCMC Ho Chi Minh City
ILO International Labour Organization
ISCO International Standard Classification of Occupations
ISIC International Standard Industry Classification
IT Information Technology
LASIC Labour and Social Affairs Information Centre
LMI Labour Market Information
LMI network The IT network encompassing the LMIC and associated LMIUs
LMIC Labour Market Information Centre (in MOLISA)
LMIS Labour Market Information System
LMIU Labour Market Information Unit of regional or provincial ESC
LMP Labour Market Project
MOLISA Ministry of Labour, Invalids and Social Affairs
PAPA Performance Assessment and Plan of Activities
UNDP United Nations Development Programme
US DOL United States Department of Labour
VCCI Viet Nam Chamber of Commerce and Industry
VET Vocational Education and Training
VGCL Viet Nam General Confederation of Labour

4
SECTION I. INSTRUCTIONS TO BIDDERS

International Labour Office


ILO Office in Vietnam
48-50 Nguyen Thai Hoc Street, Hanoi, Vietnam

Reference: ITB 12/2009- VIE 07/02M/EEC


Date: 27th July 2009

Dear Sirs,
“Supply and Installation of IT Equipment
for Data Centre of Labour Market Information Centre (MoLISA)”(Bid Package 1)
and
“Hardware for Labour Market Information Units in 5 Employment Services
Centres (ESCs)” ( - Bid Package 2)

In the framework of Labour Market project VIE/07/02M/EEC “Better information for


creating jobs and developing skills in Viet Nam” funded by the European Commission, you
are invited to submit a bid covering the items on the attached list, which must reach us on or
before 11am 8th September 2009 (Hanoi Time) at the address below:

Labour Market Project


ILO Office in Vietnam
48-50 Nguyen Thai Hoc Street, Hanoi, Vietnam

Submission of your offer:


For this request, offers by fax or E-mail are not admissible. Bidders must submit their
offer in a sealed envelope or package at the above-mentioned address and marked as follows:

“SUBMISSION
Invitation to tender reference number ITB12/2009 VIE 07/02/EEC
NOT TO BE OPENED BEFORE: 9am 9th September 2009 (Hanoi
Time)”.

Your offer should be duly stamped and signed by an authorized representative of your
company. Any offer received by the ILO after the deadline for submission will be rejected.
We strongly recommend that proposals be sent by courier or hand-delivered to the above-
mentioned address.

5
Please submit one original, four copies and one soft copy in CDROM in MS-Office format of
your offer (in a same envelope). When preparing your bid, please use the attached Bid Form
(Section II) and observe the instructions in the attached ILO “Supply Requirements” (Section
III), the “ILO General Conditions for the purchase of Goods and related Services” (Section
IV), the “Special Conditions of Contract” (Section V), the “Proposed Model of Purchase
Order/Contract” (Section VI) and the “Sample Forms” (Section VII). These and any
supplementary conditions that may be attached hereto will become part of the contract to be
concluded with the successful Bidder. A sample of proposed purchase order/contract that will
be signed with the successful Bidder is enclosed.

For this ITB, Bidders must submit quotation for all the equipment and services listed in
Section III (Supply Requirements). Partial or incomplete offers will not be considered.

Qualification requirements for Bidders


1. Experience of Supplier
- At least 5 years of proven experience in supplying and installing IT equipment.
- The Bidder must have completed at least three contracts to provide server, storage
with the equivalent characteristic of this bidding package in terms of value and
equipment types (Attached copy of contract and contract liquidation) from 2006 to
2008.
- The resumes of key participating staff should be documented and provided to the ILO
to Evaluate. The Bidder must have at least seven professionals with certificates issued
by Manufacturer of server and storage required in bidding document. The
professionals must have worked for the Bidder at least for 6 months.
- The Bidder must have service teams in Hanoi and Ho Chi Minh City. The main
service Centre must have authorized service provider certificate issued by the
Manufacturer of Server, External Storage System, Desktop PC, Notebook PC, Printer
is introduced in the bid (a notarized copy of this certificate must be provided).

2. Production and business capacity:


- The Bidder must have a branch in Hanoi or Ho Chi Minh City and can prove the legal
status of the branch by providing evidence of the decision to establish the branch.
- Supplier shall have branches or representative offices for technical support and
maintenance in Hanoi and Ho Chi Minh City.
- Supplier shall meet delivery and implementation timing as well as the period of
warranty and technical support after contract signing as required in supply
requirements.

3. Financial Capacity (from 2006 to present)


- Finance Reports: The Bidder shall provide Audited Finance Reports three (3) years
recently in the Bidding Document.
- Turnover (average): Not less than five (5) million USD

Requirements on experience and capacity will be evaluated "Pass" or "No Pass". The
Suppliers are considered qualified in terms of experience and capacity if they are evaluated
"Pass" for the abovementioned 3 main requirements. A main requirement shall be considered
as « Pass » only if all sub-requirements are evaluated "Pass".

6
Eligibility of Goods and Services
1. Manufacturer’s authorizations
Supplier shall supply the following documents, to the Purchaser’s satisfaction, that the
Goods and Services components of the Information System to be supplied, installed, and/or
performed by the Bidder are eligible Goods and Services:
 Commitment Letter issued by Manufacturer (Server, External Storage System, SAN
Switch, Rack, Tape Library, Backup software, Firewall, Switch, UPS, Desktop PC,
Notebook PC, Printer) ensuring that the proposed products are original products from
manufacturer and granted legal license.
 Technical support Commitment Letter issued by Manufacturer for the Main proposed
products (Server, External Storage System, SAN Switch, Rack, Tape Library,
Backup software, Firewall, Switches, UPS, Desktop PC, Printer).
 The original copy of authorized reseller issued by the Manufacturer of the main
products in the bid (Server, Storage System, SAN Switch, Desktop PC, Notebook
PC, Printer), in case the Bidder is not the Manufacturer.
 Valid documents to certify the Bidder is the authorized warranty service of the
Manufacturer and the Bidder has at least 01 warranty service Centre in Vietnam for
main product in the bid (Server, Storage System, Desktop PC, Printer).

2. Origin of Goods
All goods to be supplied under the Contract shall have their country of origin. The term
“country of origin” means the country where the goods have been mined, grown, cultivated,
produced, manufactured, or processed; or through manufacture, processing, or assembly,
another commercially recognized article results that differs substantially in its basic
characteristics from its imported components. Therefore, the nationality of the firm that
produces, assembles, distributes, or sells the goods shall not determine their origin.
Additionally, all hardware shall be produced not before 2008 and associated software must be
the newest version from the manufacture. If so required, the Bidder shall demonstrate the
origin and the production year of their goods.

Tender Bond
1. Bidders shall submit a Tender Bond (see Model in Section VII to this ITB) for a sum
of twenty thousand US Dollars (US$ 20000) issued or confirmed in favor of the ILO by an
internationally recognized bank residing or carrying on business in Switzerland.

The Tender Bond shall reach the ILO Headquarters in Switzerland at the following
address:
International Labour Office
PROCUREMENT
(Ref. ITB 12/2009 - - VIE 07/02M/EEC)
4, route des Morillons
CH-1211 Geneva 22 (Switzerland)

not later than 11am 7th September 2009 (Geneva Time). Any Tender that has not
been so secured will be rejected. The Bond shall be valid up to 8thNovember 2009 but it will
be released to all unsuccessful Bidders on the date of signature of the contract between the
ILO and the successful Bidder. The successful Bidder's Tender Bond will be released only
upon receipt by the ILO of the Performance Bond (see Model in Section VII to this ITB).

7
2. The ILO may avail itself of this Tender Bond under following circumstances:

(a) if a Bidder withdraws or modifies its bid after the date of bid opening; and

(b) if a Bidder provides untruthful information with respect to the proposed equipment or
to any other requirement of this Invitation to Bid.

3. All costs associated with providing these bonds, including opening and confirming
bank's commissions, shall be borne by the Bidder.

Period of Validity of Bids


The bid validity period shall be two (2) months after the deadline for bid submission.
Accordingly, a bid with a Tender Bond that expires before that time shall be rejected as non-
responsive.

Documents Comprising the Bid


The Bid shall comprise two envelopes submitted simultaneously, one containing the
Technical Proposal and the other the Price Proposal, enclosed together in an outer single
envelope.

The Technical Proposal shall contain the following:


1) Copy of the Bid Form with prices undisclosed; (See Section II. BID FORM)
2) Copy of Tender Bond; (See Section VII. SAMPLE 3) – Original Tender Bond shall be
sent to ILO/PROCUREMENT (see page 7 under “Tender Bond” for details )
3) Written confirmation authorizing the signatory of the Bid to commit the Bidder;
 The original and all copies of the bid, each consisting of the documents listed in
this ITB, shall be typed or written in indelible ink and shall be signed by a person
or persons duly authorized to sign on behalf of the Bidder.
 The authorization must be in writing and included in the bid. The name and
position held by each person signing the authorization must be typed or printed
below the signature. All pages of the bid, except for unamended printed literature,
shall be initialed by the person or persons signing the bid.
4) Attachments
a. Attachment 1: Bidder’s Qualifications (See Section I. Qualification
requirements for Bidders)
b. Attachment 2: Eligibility of Goods and Services (See Section I. Eligibility of
Goods and Services)
c. Attachment 3: Conformity of the Information System to the Bidding
Documents.
 The Bidders technical solution conforming in all material aspects with the
technical requirements of bid packages 1 and 2 and other parts of this
bidding document. Explicit cross reference to bidding document pages is
expected.
 A Preliminary Project Plan describing proposed management processes
and including human and other resources to be used. The plan should
include a detailed Implementation Schedule in bar chart form showing
duration, sequence and interrelationship of all key activities. The plan

8
should also state what is expected from the purchaser and other parties
and how the bidder proposes to co-ordinate these activities.
d. Attachment 4: Proposed Subcontractors (see Model in Section VII)
e. Attachment 5: Intellectual Property

The Price Proposal shall contain the following:


1) A bid form duly completed and signed by a person or persons duly authorized to bind
the Bidder to the Contract; (See Section II. BID FORM)

Site visit – Questions & Replies


For the package 1, a unique site visit organised to the attention of all bidders, who
intend to bid, will take place on 9am 18th August 2009 (Hanoi Time) at Bureau of
Employment (of MOLISA) - No2 Dinh Le Street, Hoan Kiem District, Hanoi, Vietnam.
You are requested to confirm in writing the presence of a representative of your company
indicating his name and title to the Project Office.

For the package 2, The Bidder may wish to visit and examine some or all the
employment services Centres of the labour market Information System and obtain for itself,
at its own responsibility and risk, all information that may be necessary for preparing the bid
and entering into the Contract. The Bidder shall give the ILO an adequate notice of a
proposed visit before at least seven (7) days. Then The ILO will make a site visit appointment
between the bidder and the proposed provincial ESC (DOLISA).

The costs of visiting the site or sites shall be at the Bidder’s own expenses. No site
visits shall be arranged or scheduled after the deadline for the submission of the Bids.

If you have any questions, please submit your inquiry in writing on or before 24th
August 2009 to Labour Market Project - ILO Office in Vietnam, 48-50 Nguyen Thai Hoc
Street, Hanoi, Vietnam – Fax: (84-4)37478816 ext: 209 Email: duyen@ilo.org, quoting the
Reference: ITB 12/2009- VIE 07/02M/EEC.

Replies will be transmitted in writing to all Bidders having attended the visit on 28th
August 2009.

Bid Currencies
The Bidder shall quote its prices for all Goods and Related Services to be offered in
the currency of United State Dollar (USD).

Bid Prices
The prices and discounts quoted by the Bidder in the Bid Submission shall conform to
the requirements specified below.

The price to be quoted in the Bid Form shall be the total price of the Bid, excluding
any discounts offered.

The price of items that the Bidder has left blank in the cost table provided in section II
shall be assumed to be included in the price of other items. Items omitted altogether from the

9
cost tables shall be assumed to be omitted from the bid and, provided that the bid is
substantially responsive, an adjustment to the bid price will be made during bid evaluation.

Prices proposed in the Bid Form for Goods and any Related Services are to be
expressed and shall be defined and governed in accordance with the rules prescribed in the
latest edition of Incoterms, issued by the International Chamber of Commerce, Paris.
(a) for Goods offered from outside the Vietnam:
The prices shall be quoted on a DDU (named place of destination) basis, exclusive of
all taxes, stamps, duties, levies, and fees imposed in Vietnam. The named place of
destination is the Project Site.
(b) for Locally supplied Goods:
Unit prices of Goods offered from within Vietnam, shall be quoted on an EXW (ex
factory, ex works, ex warehouse or off-the-shelf, as applicable) basis, including fees
of Load/Unload to/from truck, Transport to destination and Insurance.
(c) for Related Services:
The price of the Related Services shall be quoted in total for each service (where
appropriate, broken down into unit prices) The Prices must exclusive of all customs
duties, sales tax, and other taxes paid or payable in Vietnam.

The prices must also include all costs incidental to the performance of the supply, as
incurred by the Supplier, such as travel, subsistence, office support, communications,
translation, printing of materials, etc.

Bid Opening
The ILO shall conduct the opening of Technical Proposals and Price Proposals in the
presence of LMP Project Management Board.
First, all envelopes holding the Technical Proposals shall be opened one at a time, and
the following read out and recorded :
(a) the name of the Bidder; and
(b) any other details as the Purchaser may consider appropriate.
The Price Proposals remain sealed and are held in custody by the Purchaser. After
technical evaluation, Price Proposals of technically compliant Bids are only opened for those
who pass the technical assessment, one at a time and the following read out and recorded:
(c) the name of the Bidder;
(d) Prices, including any discounts and alternative offers; and
(e) any other details the Purchaser may consider appropriate.

The contract will then be awarded to the Bidder submitting the lowest Price.

Evaluation of Bids
To evaluate a bid, the ILO shall use all the criteria and methodologies defined in this
document. No other criteria or methodology shall be permitted. The Bidder proposing goods
and related services compliant with all ILO requirements and offering the lowest price will be
awarded a contract.

10
If your offer is accepted, you will receive a formal Purchase Order/Contract including
payment schedule and agreed work plan.

Attachments:
- Section II: Bid Form for Package 1 and 2;
- Section III: Supply Requirements for Package 1 and 2;
- Section IV: ILO General Conditions for the purchase of Goods and related Services;
- Section V: Special Conditions of Contracts;
- Section VI: Proposed Model of Purchase Order/Contract
- Section VII: Sample Forms.
-

11
SECTION II. BID FORM –
BID PACKAGE 1 – LABOUR MARKET INFORATION DATA CENTRE
EQUIPMENT (LMIC)

International Labour Office


ILO Office in Vietnam (supplier’s detailed address)
48-50 Nguyen Thai Hoc Street, Hanoi, Vietnam

Ref. : ITB 12/2009- VIE 07/02M/EEC


Date : (INSERT DATE OF ITB)

Closing Date: (INSERT DATE & TIME) Reply Via: Sealed enveloped only

The following should be completed by the Supplier

Supply and Installation of IT Equipment for the Labour Market Information Centre (MoLISA)

Your Bid Reference Date Currency Bid Validity Date

Delivery schedule Installation schedule Total Weight Kg &


Total Amount * of Equipment Total Volume/M3
DDU (MoLISA)
Hanoi
<Blank> filled by
suppler

*This amount includes the price of equipment delivered, installed and tested as well
as related training.

This Quotation has been prepared in accordance with


“Supply Requirements”, “ILO General Conditions for the Purchase of Goods and related
Services” and “Special Conditions of Conditions of Contract”

12
BID FORM - BID PACKAGE 1 – LABOUR MARKET INFORATION DATA CENTRE EQUIPMENT (LMIC)
No.<ITB 12/2009>

No Item UOM QTY Requested Proposed Weight kg/ Unit Price Total Price
Delivery Date Delivery Volume m3
Time
(days)
1 <Item Description> <UOM> <Qty> DD-MM-YY

Requested Specifications Proposed Specifications


<Item Description> Blank -- <To be filled in by Supplier>
<Long Description>

2 <Item Description> <UOM> <Qty> DD-MM-YY

Requested Specifications Proposed Specifications


<Item Description> Blank -- <To be filled in by Supplier>
<Long Description>

13
SECTION II. BID FORM –
BID PACKAGE 2 – HARDWARE FOR LABOUR MARKET INFORATION UNITS
IN 5 EMPLOYMENT SERVICES CENTRERS (ESCs)

International Labour Office


ILO Office in Vietnam (supplier’s detailed address)
48-50 Nguyen Thai Hoc Street, Hanoi, Vietnam

Ref. : ITB 12/2009- VIE 07/02M/EEC


Date : (INSERT DATE OF ITB)

Closing Date: (INSERT DATE & TIME) Reply Via: Sealed enveloped only

The following should be completed by the Supplier

Hardware for Labour Market Information Units in 5 Employment Services Centres ((ESCs)

Your Bid Reference Date Currency Bid Validity Date

Delivery schedule Installation schedule Total Weight Kg &


Total Amount * of Equipment Total Volume/M3
DDU (MoLISA)
Hanoi
<Blank> filled by
suppler

*This amount includes the price of equipment delivered, installed and tested as well
as related training.

This Quotation has been prepared in accordance with


“Supply Requirements”, “ILO General Conditions for the Purchase of Goods and related
Services” and “Special Conditions of Conditions of Contract”

14
BID FORM - BID PACKAGE 2 – HARDWARE FOR LABOUR MARKET INFORATION UNITS IN 5 EMPLOYMENT
SERVICES CENTRERS (ESCs)
No.<ITB 12/2009>

No Item UOM QTY Requested Proposed Weight kg/ Unit Price Total Price
Delivery Date Delivery Volume m3
Time
(days)
1 <Item Description> <UOM> <Qty> DD-MM-YY

Requested Specifications Proposed Specifications


<Item Description> Blank -- <To be filled in by Supplier>
<Long Description>

2 <Item Description> <UOM> <Qty> DD-MM-YY

Requested Specifications Proposed Specifications


<Item Description> Blank -- <To be filled in by Supplier>
<Long Description>

15
SECTION III. SUPPLY REQUIREMENTS

1. INTRODUCTION TO LABOUR MARKET INFORMATION SYSTEM

From point of view that information management is an important part for operation of Ministry.
Information is also property of the nation, the basic for policy determining and decision making,
one information system on labour market is being established as part of the Labour Market
Project: “Better Information for creating jobs and developing skills in Vietnam”.

Labor market information system will keep as archives all information systems computerized
during 2008-2010 in a general database. Beside the general database, each unit can be installed
one on-site database to manage information of that unit, updated and synchronized with labor
market database at Ministry in a certain period.

The selected Bidder shall perform the following tasks:

1. Supply IT software, hardware and other equipment to be used in the LMIC at Ministry
and other provincial Employment Services Centres.
2. Set up and install infrastructure configuration and IT equipment system.
3. Transfer technology to and train the Ministry staff responsible for management of
equipment delivered and installed by Bidder.
4. Supply warranty, maintenance for hardware and software supplied by Bidder.

This ITB consists of two packages:


- Package 1: equipment for a integrated Data Centre (LMIC) located at
o Ministry of Labour, Invalids, and Social Affairs
No2 Dinh Le Street, Hoan Kiem District, Hanoi, Vietnam
- Package 2: equipment for 5 Provincial Employment Services Centres (5 ESCs)
located at
o Ha Noi – ESC: 285 Trung Kinh Street, Yen Hoa, Cau Giay district, Ha Noi
o Hai Duong - ESC: 106 Hong Quang Street, Hai Duong City
o Da Nang - ESC: No.21 Phan Chu Trinh Street- ða Nang City
o Dong Nai - ESC: 62/8, Cach mang T8 Street, Quang Vinh, Bien Hoa City
o HCMC - ESC: 153 Xo Viet Nghe Tinh Street, Binh Thanh district, HCM City

- As both packages are part of the same system, Bidders are required to bid for both
packages. (See Page 16 for the overall design plan.)
- Bid evaluation and contract award shall therefore be to the Bidder who has the best
overall bid.
- The total price of two bids shall include expenses for equipment, installation,
configuration, connection and warranty service.

For reference, here-in after is the overall design of Labour Market Information System that will
be deployed at MOLISA and other provincial Employment Services Centres via this bid.

In submission documents, the Bidder will propose the design of Labour Market Information
System that may be more detailed and slightly different depend on their particular devices and
technologies.

16
Overall design of LMIS

17
BID PACKAGE 1

– Labour Market Information Data



– Centre (LMIC)

List of goods and related services

18
PACKAGE 1 BID – Labour Market Information Data Centre (LMIC)

LIST OF GOODS AND RELATED SERVICES

No Description of Goods Quantity Unit Warranty


1 Server Farm Firewall 01 Unit 1 Year
2 Internet Firewall 01 Unit 3 Years
3 Core Switch 02 Unit 1 Year
4 Server Farm Switch 02 Unit 1 Year
5 User Access Switch 02 Unit 1 Year
6 Internet Router 01 Unit 3 Years
7 Cluster Host For Database Server 02 Unit 3 Years
8 Web Server 03 Unit 3 Years
9 Backup Server 02 Unit 3 Years
10 DNS Server 02 Unit 3 Years
11 Anti-Virus Server 01 Unit 3 Years
12 Rack Cabinet + KVM Switch 01 Unit 1 Year
13 Rack Cabinet 01 Unit 1 Year
14 External Storage System 01 Unit 3 Years
15 SAN Switch 02 Unit 3 Years
16 Tape Library 01 Unit 3 Years
17 Backup Software 01 License 1 Year support
18 Microsoft Windows Server 2008 02 License 1 Year support
Enterprise
19 Microsoft Windows Server 2008 10 License 1 Year support
Standard
20 Microsoft SQL Server 2008 Enterprise 02 License 1 Year support
21 Raised Floor 01 Floor 1 Year
22 Electric Generator 01 Unit 1 Year
23 SMART-UPS 40KVA – 3 PHASE 01 Unit 2 Years
24 Air Conditioner 02 Unit 1 Year
25 Automatic Fire Warning & Fire 01 System 1 Year
Extinguishing System
26 Surge Protection Unit for Power Line 01 Unit 1 Year
27 Surge Protection Unit for LAN 01 Unit 1 Year
28 Surge Protection Unit for TELEPHONE 01 Unit 1 Year
29 Earth Grounding Point 01 System 1 Year
30 Electric cabinet, main cable & spares 01 Server 1 Year
Room
31 Installation, configuration, training and 01 Project
Technical supporting

19
BID PACKAGE 1 – Labour Market Information Data Centre (LMIC)

DETAIL TECHNICAL SPECIFICATIONS AND REQUIREMENTS

The Bidder must provide the original technical document from the Manufacturer to the bid equipment. In the request for proposal,
the Bidder must prove the response level for request with explanation and relevant technical parameter. The Bidder also shows which
item of the attached technical document the Bidder bases on. If the Bidder doesn’t have full explanation or cannot show the response
level for request or cannot refer to technical document of the bidding document, the Bidder doesn’t pass at the requirement.

Satisfied level
No Requirement
Satisfy Acceptable Unsatisfy
(1) (2) (3) (4) (5)
A Provision scale
Comparison with Fully Compliance insufficient quantity and incompatible
types and quantity type
mentioned in
technical
requirement bellow
B Feature, technical parameter of products
Quality All goods and accessories are new All goods and accessories are not 100%
100%. new or have been used.
1 SERVER FARM FIREWALL
Form Factor 19" standard rack mount Not available 19" standard rack mount
Users/Nodes Unlimited >= 10,000 < 10,000
Firewall Throughput 650 Mbps < 650 Mbps
IPS Throughput 650 Mbps < 650 Mbps
3DES/AES VPN
325 Mbps < 325 Mbps
Throughput
Concurrent
400,000 >= 380,000 < 380,000
connection

20
BID PACKAGE 1 – Labour Market Information Data Centre (LMIC)

New connection per


25,000 >= 24,000 < 24,000
second
Virtual Interfaces
200 VLAN >=180 VLAN < 180 VLAN
(VLANs)
Not comply VPN clustering & load
VPN Expansion VPN clustering & load balancing
balancing features
Not comply Active/Active &
High Availability Active/Active & Active/Standby
Active/Standby features
Not have enough 4 ports Gigabit
4 ports Gigabit Ethernet Ethernet and
LAN Port 1 port Fast Ethernet 1 port Fast Ethernet
Up to 8 ports Gigabit Ethernet Or not support up to 8 ports Gigabit
Ethernet
Memory 1 GB < 1 GB
System Flash 64 MB < 64 MB
IPS Module
4 GB < 4 GB
Memory
IPS Flash 2 GB < 2 GB
Not comply 1 of following features:
- Layers 2 through 7 inspection
- Layers 2 through 7 inspection
- Accurate inline prevention technology
- Accurate inline prevention technology
IPS Features - Uses multivector threat identification
- Uses multivector threat identification
to protect the network from policy
to protect the network from policy
violations, vulnerability exploitations,
violations, vulnerability exploitations,
and anomalous activity
and anomalous activity
Warranty 1 Year < 1 Year
2 INTERNET FIREWALL
Form Factor 19" standard rack mount Not available 19" standard rack mount

21
BID PACKAGE 1 – Labour Market Information Data Centre (LMIC)

Users license Unlimited >= 10,000 < 10,000


Firewall throughput 1.8 Gbps >= 1.75 Gbps < 1.75 Gbps
VPN throughput 250 Mbps < 250 Mbps
Concurrent sessions 1,100,000 >= 1,000,000 < 1,000,000
Interfaces 06 x 10/100/1000 Mbps Not have 06 x 10/100/1000 Mbps
Storage 160 GB >= 120 GB < 120 GB
DHCP server and
Support Not support
relay
Layer-2 (bridge) Support Not support
Not comply 1 of following features:
- VoIP
- VoIP
- IM: MSN, Yahoo, ICQ, Skype...
Firewall Features - IM: MSN, Yahoo, ICQ, Skype...
- Peer-to-peer: Kazaa, Gnutella,
- Peer-to-peer: Kazaa, Gnutella,
BitTorrent,..
BitTorrent,..
Not comply 1 of following features:
- AES 128-256 bit
- AES 128-256 bit
- 3DES 56-168 bit
VPN Features - 3DES 56-168 bit
- Star and mesh
- Star and mesh
- Integrated certificate authority
- Integrated certificate authority
Not comply 1 of following features:
- Blocks attacks such as DoS
- Blocks attacks such as DoS
- Port scanning
- Port scanning
- IP/ICMP/TCP-related
IPS Features - IP/ICMP/TCP-related
- DNS cache poisoning
- DNS cache poisoning
- FTP bounce
- FTP bounce
- Signature-based and protocol anomaly
- Signature-based and protocol anomaly
- 20 million URLs covering 3 billion Not comply 1 of following features:
URL Filtering
Web pages - 20 million URLs covering 3 billion

22
BID PACKAGE 1 – Labour Market Information Data Centre (LMIC)

- 70 languages spanning 200 countries Web pages


- Centralized, daily updates - 70 languages spanning 200 countries
- Centralized, daily updates
Not comply 1 of following features:
- Protects HTTP, FTP, POP3, and
- Protects HTTP, FTP, POP3, and
Anti-Virus/Anti- SMTP protocols
SMTP protocols
Spyware - Pattern-based spyware
- Pattern-based spyware
- Centralized, daily updates
- Centralized, daily updates
Not comply 1 of following features:
- Email IPS
- Email IPS
- Pattern-based anti-spam
- Pattern-based anti-spam
- IP reputation checking
Messaging Security - IP reputation checking
- Signature-based antivirus
- Signature-based antivirus
- Zero-hour outbreak protection
- Zero-hour outbreak protection
- Block/allow lists
- Block/allow lists
Protocol/application
200 >= 175 < 175
support
Gateway High Not comply 1 of following features:
Active/passive and active/active failover
Availability Active/passive and active/active failover
ISP redundancy Support Not support
support services including Trouble Not included support services including
Services shooting HW, Upgrade software & Trouble shooting HW, Upgrade
firmware within 3 years software & firmware within 3 years
Security (Firewall, IPSec & SSL VPN, Not have Security features: (Firewall,
Anti-Virus, Anti-Spyware,…) with IPSec & SSL VPN, Anti-Virus, Anti-
network access control (NAC), program Spyware,…) with network access
Security Software control and VPN (IPSec & SSL) ≥150 User Licenses
control (NAC), program control and
Included: 155 User Licenses VPN (IPSec & SSL)
< 150 User Licenses
Security functions 3 Years ≥3 Years < 3 Years

23
BID PACKAGE 1 – Labour Market Information Data Centre (LMIC)

update services
Software update and
3 Years ≥3 Years < 3 Years
support services
Warranty 3 Years < 3 Years
3 CORE SWITCH
Not available 19" standard rack mount
Form Factor 1U 19" standard rack mount
or not 1U height
Not comply 1 of following ports:
- 24 port 10/100/1000 Base-T
Port Configuration - 24 port 10/100/1000 Base-T
- 4 port SFP
- 4 por SFP
High Availabality StackWise technology Not support StackWise technology
Switching Capacity 32 Gbps < 32 Gbps
Forwarding Rate 38.7 Mpps >= 38.0 Mpps < 38.0 Mpps
MAC address
12,000 < 12,000
support
- 1,005 VLAN Not support enough 1,005 VLAN and
VLAN support
- 4,000 VLAN ID 4,000 VLAN ID
Spanning-tree
128 >= 120 < 120
support
IGMP Group &
multicast route 1,000 >= 800 < 800
support
Unicast route
20,000 >= 18,000 < 18,000
support
Not comply 1 of following features:
- Latest OS version
- Latest OS version
Operating System - Support basic RIP and static routing
- Support basic RIP and static routing
- Upgradable to full dynamic routing
- Upgradable to full dynamic routing

24
BID PACKAGE 1 – Labour Market Information Data Centre (LMIC)

DRAM Memory 128 MB >= 120 MB < 120 MB


Flash Memory 32 MB >= 30 MB < 30 MB
Not comply 1 of following features:
- 802.1p CoS
- 802.1p CoS
- 4 egress queues/port
- 4 egress queues/port
- Shaped Round Robin (SRR)
- Shaped Round Robin (SRR)
- Weighted Tail Drop (WTD)
- Weighted Tail Drop (WTD)
- Strict priority queuing
QoS Features - Strict priority queuing
- Committed information rate (CIR)
- Committed information rate (CIR)
function
function
- Asynchronous data flows upstream
- Asynchronous data flows upstream
and downstream
and downstream
- Up to 64 aggregate or individual
- Up to 64 aggregate or individual
policers
policers
Not comply 1 of following features:
- IEEE 802.1x
- IEEE 802.1x
- VLAN ACLs
- VLAN ACLs
- Port-based ACLs for Layer 2
- Port-based ACLs for Layer 2
interfaces
interfaces
- Private VLAN
- Private VLAN
- DHCP Snooping
- DHCP Snooping
- Dynamic ARP Inspection
- Dynamic ARP Inspection
- IP source guard
Security Features - IP source guard
- TACACS+ and RADIUS
- TACACS+ and RADIUS
authentication
authentication
- Bridge protocol data unit (BPDU)
- Bridge protocol data unit (BPDU)
guard
guard
- Spanning Tree Root Guard (STRG)
- Spanning Tree Root Guard (STRG)
- IGMP filtering Dynamic VLAN
- IGMP filtering Dynamic VLAN
assignment
assignment
- 1000 access control entries (ACEs) are
- 1000 access control entries (ACEs) are
supported
supported

25
BID PACKAGE 1 – Labour Market Information Data Centre (LMIC)

Warranty 1 Year < 1 Year


4 SERVER FARM SWITCH
Not available 19" standard rack mount
Form Factor 1U 19" standard rack mount
or not 1U height
Not comply 1 of following ports:
- 24 port 10/100/1000 Base-T
Port Configuration - 24 port 10/100/1000 Base-T
- 4 port SFP
- 4 por SFP
Switching Capacity 32 Gbps < 32 Gbps
Forwarding Rate 38.7 Mpps >= 38.0 Mpps < 38.0 Mpps
MAC address
12,000 < 12,000
support
- 1,024 VLAN Not support enough 1,024 VLAN and
VLAN support
- 4,000 VLAN ID 4,000 VLAN ID
Spanning-tree
128 >= 120 < 120
support
IGMP Group &
multicast route 1,000 >=900 < 900
support
Unicast route
11,000 >= 10,000 < 10,000
support
Not comply 1 of following features:
- Latest OS version
- Latest OS version
Operating System - Support basic RIP and static routing
- Support basic RIP and static routing
- Upgradable to full dynamic routing
- Upgradable to full dynamic routing
DRAM Memory 128 MB >= 120 MB < 120 MB
Flash Memory 32 MB >= 30 MB < 32 MB
- 802.1p CoS Not comply 1 of following features:
QoS Features
- 4 egress queues/port - 802.1p CoS

26
BID PACKAGE 1 – Labour Market Information Data Centre (LMIC)

- Shaped Round Robin (SRR) - 4 egress queues/port


- Weighted Tail Drop (WTD) - Shaped Round Robin (SRR)
- Strict priority queuing - Weighted Tail Drop (WTD)
- Committed information rate (CIR) - Strict priority queuing
function - Committed information rate (CIR)
- Asynchronous data flows upstream function
and downstream - Asynchronous data flows upstream
- Up to 64 aggregate or individual and downstream
policers - Up to 64 aggregate or individual
policers
Not comply 1 of following features:
- IEEE 802.1x
- IEEE 802.1x
- VLAN ACLs
- VLAN ACLs
- Port-based ACLs for Layer 2
- Port-based ACLs for Layer 2
interfaces
interfaces
- Private VLAN
- Private VLAN
- DHCP Snooping
- DHCP Snooping
- Dynamic ARP Inspection
- Dynamic ARP Inspection
- IP source guard
Security Features - IP source guard
- TACACS+ and RADIUS
- TACACS+ and RADIUS
authentication
authentication
- Bridge protocol data unit (BPDU)
- Bridge protocol data unit (BPDU)
guard
guard
- Spanning Tree Root Guard (STRG)
- Spanning Tree Root Guard (STRG)
- IGMP filtering Dynamic VLAN
- IGMP filtering Dynamic VLAN
assignment
assignment
- 2000 access control entries (ACEs) are
- 2000 access control entries (ACEs) are
supported
supported
Warranty 1 Year < 1 Year
5 USER ACCESS SWITCH
Not available 19" standard rack mount
Form Factor 1U 19" standard rack mount
or not 1U height

27
BID PACKAGE 1 – Labour Market Information Data Centre (LMIC)

Not comply 1 of following ports:


- 24 port 10/100Base-T
Port Configuration - 24 port 10/100Base-T
- 2 port 10/100/1000BT or SFP uplinks
- 2 port 10/100/1000BT or SFP uplinks
Switching Capacity 8.8 Gbps >= 8.5 Gbps < 8.5 Gbps
Forwarding Rate 6.6 Mpps >= 6.5 Mpps < 6.5 Mpps
MAC address
8,000 < 8,000
support
VLAN support 32 VLAN < 32 VLAN
DRAM Memory 32 MB < 32 MB
Flash Memory 16 MB < 16 MB
Warranty 1 Year < 1 Year
6 INTERNET ROUTER
Not available 19" standard rack mount
Form Factor 1U 19" standard rack mount
or not 1U height
Not comply 1 of following slots:
- 4 slots support HWIC, WIC, VIC, or
- 4 slots support HWIC, WIC, VIC, or
VWIC type
VWIC type
modules
Architecture modules
- 1 slot supports NM and NME type
- 1 slot supports NM and NME type
modules
modules
- 2 PVDM (DSP) Slots on Motherboard
- 2 PVDM (DSP) Slots on Motherboard
Not comply 1 of following features:
- Hardware integrated on motherboard
- Hardware integrated on motherboard
VPN Acceleration - Support DES, 3DES, AES 128, AES
- Support DES, 3DES, AES 128, AES
192, and AES 256
192, and AES 256
Fast Switching 60 Mbps >= 56 Mbps < 56 Mbps
Forwarding Rate 120 Mpps >= 116 Mpps < 116 Mpps

28
BID PACKAGE 1 – Labour Market Information Data Centre (LMIC)

LAN Interface 02 port 10/100 RJ-45 Not have enough 02 port 10/100 RJ-45
Not comply 1 of following features:
- 2 port Serial
WAN Interface - 2 port Serial
- Support bandwidth up to 2 Mbps
- Support bandwidth up to 2 Mbps
Not have enough following cables:
- 1 Power Cable
Cable - 1 Power Cable
- 2 V35 Smart Serial cable
- 2 V35 Smart Serial cable
DRAM Memory 256 MB, up to 768 MB 256 MB, up to 512 MB 256 MB, not support up to 512 MB
Flash Memory 64 MB, up to 256 MB 64 MB, up to 128 MB 64 MB, not support up to 128 MB
Warranty 1 Year < 1 Year
7 CLUSTER HOST FOR DATABASE SERVER
Form Factor 4U, 19" standard rack mount > 4U or not 19" standard rack mount
Processor 04 x 6-Core Intel Xeon Processor 2.66 Not enough 04 x 6-Core Intel Xeon
GHz Processor 2.66 GHz
Chipset Intel 7300 Chipset Not Intel 7300 chipset
Memory 32GB PC2-5300 RAM < 32GB PC2-5300
Maximum memory Support up to 256GB PC2-5300 RAM < 256GB PC2-5300 or < 32 DIMM
(32 DIMM sockets) sockets
Memory Protection - Advanced ECC Lack of one or more following features:
- Mirrored Memory - Advanced ECC
- Online Spare Memory - Mirrored Memory
- Online Spare Memory
Hard disk 04 x 146GB 10k 2.5 SAS HDD Not enough 04 x 146GB 10k 2.5 SAS
HDD
Internal Disk bays 16 Internal Disk Bays SFF SAS or < 16 Internal Disk Bays SFF SAS or
SATA SATA
Storage controller SAS/SATA Controller with 512 MB SAS/SATA Controller with < 512 MB

29
BID PACKAGE 1 – Labour Market Information Data Centre (LMIC)

BBWC Controller BBWC Controller


RAID Support RAID 0; 1; 1 + 0; 5; 6 Only have RAID 0, 1, 5, 6 Lack of one or more these RAID
supports: 0, 1, 5, 6
Optical Drive Slimline DVD-ROM Drive (8X/24X) Not have Slimline DVD-ROM Drive
(8X/24X)
Expansion slots Up to 11 (PCI-X and PCI-Express) Only have 10 following slots: Not have enough 10 slots:
- (4) full length PCI-E x8 (4) full length PCI-E x8, (1) full length (4) full length PCI-E x8, (1) full length
- (1) full length PCI-E x4 and PCI-E x4 and (3) half length PCI-E x4 PCI-E x4 and (3) half length PCI-E x4
- (3) half length PCI-E x4 slots; slots; slots;
- Optional card adds (3) PCI-X or (3) Optional card adds (2) PCI-X or (2) Optional card adds (2) PCI-X or (2)
PCI-E x8 PCI-E x8 PCI-E x8

Network Controller Two embedded Multifunction Gigabit Not enough two embedded
Network Adapters with ToE, including Multifunction Gigabit Network
support for Accelerated iSCSI through Adapters with ToE, including support
an optional Licensing Kit for Accelerated iSCSI through an
optional Licensing Kit
Graphics < 32MB or not Integrated
Integrated 32MB Graphic RAM
Graphic RAM
Interfaces - 02 x VGA ports Lack of one or more interfaces:
- 05 x USB 2.0 ports - 02 x VGA ports
- 01 x Remote Management port - 05 x USB 2.0 ports
- 01 x Remote Management port
FC controller 02 x Fibre Channel Host Bus Adapters 4 02 x FC HBA > 3Gb < 02 x Fibre Channel Host Bus
Gb for connect to SAN Adapters 3 Gb for connect to SAN
Operating system - Microsoft Windows Server Only have these OS supports: Lack of one or more following OS
and Virtualization - Microsoft Windows Server Hyper-V - Microsoft Windows Server supports:
software supports - Oracle Enterprise Linux (OEL) - Microsoft Windows Server Hyper-V - Microsoft Windows Server
- Red Hat Enterprise Linux - Oracle Enterprise Linux (OEL) - Microsoft Windows Server Hyper-V
- SuSE Linux Enterprise Server - Red Hat Enterprise Linux - Oracle Enterprise Linux (OEL)
- Novell NetWare - Novell NetWare - Red Hat Enterprise Linux

30
BID PACKAGE 1 – Labour Market Information Data Centre (LMIC)

- Sun Solaris for x64/x86-based - Sun Solaris for x64/x86-based - Novell NetWare
Systems Systems - Sun Solaris for x64/x86-based
- VMware Virtualization Software - VMware Virtualization Software Systems
- Citrix XenServer - Citrix XenServer - VMware Virtualization Software
- Citrix XenServer
Onboard - Rom-based Setup Utility and Option Not have following features:
Administrator Rom Configuration for Arrays - Rom-based Setup Utility and Option
- Automatic Server Recovery Rom Configuration for Arrays
- Virtual Unit ID control - Automatic Server Recovery
- Dynamic Sector Repairing (with Smart - Virtual Unit ID control
Array controller) - Dynamic Sector Repairing (with Smart
- Drive Parameter Tracking (with Smart Array controller)
Array controller) - Drive Parameter Tracking (with Smart
- Hot Spare Boot Array controller)
- Hot Spare Boot
Power supply 02 x Hot-plug 1200W 12V AC Power Less than 02 Hot-plug Power Supply or
Supply not support DC power supply
Supports DC power supply
Warranty 3 years < 3 years
8 WEB SERVER
Form Factor 4U, 19" standard rack mount > 4U or not 19" standard rack mount
Processor 02 x 6-Core Intel Xeon Processor Not enough 02 x 6-Core Intel Xeon
2.66GHz Processor 2.66GHz
Chipset Intel 7300 Chipset Not Intel 7300 chipset
Memory 16 GB PC2-5300 RAM < 16GB PC2-5300
Maximum memory Support up to 256GB PC2-5300 RAM < 256GB PC2-5300 or < 32 DIMM
(32 DIMM sockets) sockets
Memory Protection - Advanced ECC Lack of one or more following
- Mirrored Memory functions:

31
BID PACKAGE 1 – Labour Market Information Data Centre (LMIC)

- Online Spare Memory - Advanced ECC


- Mirrored Memory
- Online Spare Memory
Hard disk 04 x 146GB 10k 2.5 SAS SP HDD Not enough 04 x 146GB 10k 2.5 SAS
SP HDD
Internal Disk bays 16 Internal Disk Bays SFF SAS or Not have 16 Internal Disk Bays SFF
SATA SAS or SATA
SAS/SATA Controller with 512 MB SAS/SATA Controller with < 512 MB
Storage controller
BBWC Controller BBWC Controller
RAID Support RAID 0; 1; 1 + 0; 5; 6 Only have RAID 0, 1, 5, 6 Lack of one or more these RAID
supports: 0, 1, 5, 6
Optical Drive Slimline DVD-ROM Drive (8X/24X) Not have Slimline DVD-ROM Drive
(8X/24X)
Expansion slots Up to 11 (PCI-X and PCI-Express) Only have 10 following slots: Not have enough 10 slots:
- (4) full length PCI-E x8 (4) full length PCI-E x8, (1) full length (4) full length PCI-E x8, (1) full length
- (1) full length PCI-E x4 and PCI-E x4 and (3) half length PCI-E x4 PCI-E x4 and (3) half length PCI-E x4
- (3) half length PCI-E x4 slots; slots; slots;
- Optional card adds (3) PCI-X or (3) Optional card adds (2) PCI-X or (2) Optional card adds (2) PCI-X or (2)
PCI-E x8 PCI-E x8 PCI-E x8

Network Controller Two embedded Multifunction Gigabit Not enough two embedded
Network Adapters with ToE, including Multifunction Gigabit Network
support for Accelerated iSCSI through Adapters with ToE, including support
an optional Licensing Kit for Accelerated iSCSI through an
optional Licensing Kit
Graphics < 32MB or not Integrated Graphic
Integrated 32MB Graphic RAM
RAM
Interfaces - 02 x VGA ports Lack of one or more interfaces:
- 05 x USB 2.0 ports - 02 x VGA ports
- 01 x Remote Management port - 05 x USB 2.0 ports
- 01 x Remote Management port

32
BID PACKAGE 1 – Labour Market Information Data Centre (LMIC)

FC controller 2 x Fibre Channel Host Bus Adapters 4 02 x FC HBA > 3Gb < 02 x Fibre Channel Host Bus
Gb for connect to SAN Adapters 3 Gb for connect to SAN
Operating system - Microsoft Windows Server Only have these OS supports: Lack of one or more following OS
and Virtualization - Microsoft Windows Server Hyper-V - Microsoft Windows Server supports:
software supports - Oracle Enterprise Linux (OEL) - Microsoft Windows Server Hyper-V - Microsoft Windows Server
- Red Hat Enterprise Linux - Oracle Enterprise Linux (OEL) - Microsoft Windows Server Hyper-V
- SuSE Linux Enterprise Server - Red Hat Enterprise Linux - Oracle Enterprise Linux (OEL)
- Novell NetWare - Novell NetWare - Red Hat Enterprise Linux
- Sun Solaris for x64/x86-based - Sun Solaris for x64/x86-based - Novell NetWare
Systems Systems - Sun Solaris for x64/x86-based
- VMware Virtualization Software - VMware Virtualization Software Systems
- Citrix XenServer - Citrix XenServer - VMware Virtualization Software
- Citrix XenServer
Onboard - Rom-based Setup Utility and Option Not have following features:
Administrator Rom Configuration for Arrays - Rom-based Setup Utility and Option
- Automatic Server Recovery Rom Configuration for Arrays
- Virtual Unit ID control - Automatic Server Recovery
- Dynamic Sector Repairing (with Smart - Virtual Unit ID control
Array controller) - Dynamic Sector Repairing (with Smart
- Drive Parameter Tracking (with Smart Array controller)
Array controller) - Drive Parameter Tracking (with Smart
- Hot Spare Boot Array controller)
- Hot Spare Boot
Power supply 02 Hot-plug 1200W 12V AC Power Less than 02 Hot-plug Power Supply or
Supply not support DC power supply
Supports DC power supply
Warranty 3 years < 3 years
9 BACKUP SERVER
Server type 4U, 19” Rackmount > 4U or not 19” rackmount

33
BID PACKAGE 1 – Labour Market Information Data Centre (LMIC)

Quad-Core Intel Xeon Processor X5550 Quad-Core Intel Xeon Processor < 2.66
Processor
(2.66 GHz) GHz
Chipset Intel 5520 Chipset Not Intel 5520 Chipset
Memory 6 GB PC3-10600R DDR3-1333 < 6 GB PC3-10600R DDR3-1333
18 DIMM sockets < 18 DIMM sockets or < 144GB
Memory
Support up to 144GB DDR3 Registered Registered DDR3 upgrading
Upgradeable
(RDIMM) memory
Not compatible with these memory
- DDR3 Registered (RDIMM) memory types:
Memory type
- DDR3 Unbuffered (UDIMM) memory - DDR3 Registered (RDIMM) memory
- DDR3 Unbuffered (UDIMM) memory
Lack of one or more following
- Advanced ECC functions:
Memory Protection - Mirroring mode - Advanced ECC
- Lockstep mode - Mirroring mode
- Lockstep mode
Hard disk 04 x 146GB 15K SAS HDD < 04 x 146GB 15K SAS HDD
< 24 Hot Plug SFF SAS or < 14 Hot
- Up to 24 Hot Plug SFF
Plug LFF
- Up to 14 Hot Plug LFF
- Not have enough 02 x Open half-
Internal Storage - Two open half-height media bays
height media bays available for tape
available for tape drives, optical media,
drives, optical media, optional SAS
optional SAS HDD cage
HDD cage
SAS/SATA Controller with 512 MB SAS/SATA Controller with < 512 MB
Storage controller
BBWC Controller BBWC Controller
Only have these RAID supports: RAID Not have these RAID supports:
RAID Support RAID 0/1/1+0/5/5+0/6 0/1/5/5+0/6 0/1/1+0/5/5+0/6

Optical Drive SATA DVD ROM Not Not have SATA DVD-ROM

34
BID PACKAGE 1 – Labour Market Information Data Centre (LMIC)

Nine (9) available PCI-Express Gen2 < 09 PCI-Express Gen2 slots


Expansion slots
slots
Graphics Integrated 64 MB video standard Less than 64MB or not Integrated video
Integrated Quad Port Multifunction Not have Integrated Quad Port
Network Controller
Gigabit Server Adapter Multifunction Gigabit Server Adapter
- 05 total USB ports Not have enough these interfaces:
- 01 Dedicated USB 2.0 Port (available - 05 total USB ports
for DAT USB tape connectivity) - 01 Dedicated USB 2.0 Port (available
Interfaces
- 01 internal Secure Digital (SD) slot for DAT USB tape connectivity)
- 01 Remote management port - 01 internal Secure Digital (SD) slot
- 02 x VGA port - 01 Remote management port
02 x Fibre Channel Host Bus Adapters 4 02 x FC HBA > 3Gb < 02 02 x Fibre Channel Host Bus
FC controller
Gb Adapters 3 Gb for connect to SAN
02 x Hot-plug AC 460W Power supply ≤ 480W < 02 power supply or > 480W per
Power supply
Unit power supply Unit
- Microsoft Windows Server Only have these OS supports: Lack of one or more following OS
- Microsoft Windows Server Hyper V - Microsoft Windows Server supports:
- Oracle Enterprise Linux (OEL) - Microsoft Windows Server Hyper V - Microsoft Windows Server
- Red Hat Enterprise Linux - Oracle Enterprise Linux (OEL) - Microsoft Windows Server Hyper V
- SuSE Linux Enterprise Server - Red Hat Enterprise Linux - Oracle Enterprise Linux (OEL)
Operating system - Novell NetWare - Novell NetWare - Red Hat Enterprise Linux
Supports - Sun Solaris for x64/x86-based - Sun Solaris for x64/x86-based - Novell NetWare
Systems System - Sun Solaris for x64/x86-based
- VMware - VMware Systems
- Citrix Essentials for XenServer - Citrix Essentials for XenServer - VMware
- Citrix Essentials for XenServer
Warranty 3 years < 3 years warranty
10 DNS SERVER
Server type 2U, 19” Rackmount >2U or not 19” rackmount

35
BID PACKAGE 1 – Labour Market Information Data Centre (LMIC)

Quad-Core Intel Xeon Processor X5550 Quad-Core Intel Xeon Processor < 2.66
Processor
(2.66 GHz) GHz
Chipset Intel 5520 Chipset Not Intel 5520 Chipset
Memory 4GB PC3-10600R DDR3-1333 < 4GB PC3-10600R DDR3-1333
18 DIMM sockets < 18 DIMM sockets or < 144GB
Memory Upgradable Support up to 144GB DDR3 Registered Registered DDR3 upgrading
(RDIMM) memory
Not compatible with these memory
- DDR3 Registered (RDIMM) memory types:
Memory type
- DDR3 Unbuffered (UDIMM) memory - DDR3 Registered (RDIMM) memory
- DDR3 Unbuffered (UDIMM) memory
Lack of one or more following features:
- Advanced ECC (multi-bit error
- Advanced ECC (multi-bit error
protection)
Memory Protection protection)
- Mirroring mode
- Mirroring mode
- Lockstep mode
- Lockstep mode
Harddisk 02 x 146GB 15K SAS HDD < 03 x 146GB 15K SAS HDD
Up to 16 Hot Plug SFF < 16 Hot Plug SFF or < 06 Hot Plug
Internal Disk bays
Up to 6 Hot Plug LFF LFF
Only have these RAID supports: RAID Not have these RAID supports: RAID
RAID Support RAID 0/1/1+0 0/1 0/1/1+0

Six (6) available - optional PCI-X/PCI- < 6 expasion slots: available - optional
Expansion slots
Express or x16 PCI riser PCI-X/PCI-Express or x16 PCI riser
< 32MB or not Integrated
Graphics Integrated 32MB Graphic RAM
Graphic RAM
02 x Dual Port Multifunction Gigabit < 02 x Dual Port Multifunction Gigabit
Network Controller Server Adapters with ToE, including Server Adapters with ToE, including
support for Accelerated iSCSI through support for Accelerated iSCSI through

36
BID PACKAGE 1 – Labour Market Information Data Centre (LMIC)

an optional Licensing Kit an optional Licensing Kit


Not have enough these interfaces:
- 05 total USB ports
- 05 total USB ports
Interfaces - 01 internal Secure Digital (SD) slot
- 01 internal Secure Digital (SD) slot
- 01 Remote management port
- 01 Remote management port
Optical drive SATA DVD-ROM Not have SATA DVD-ROM
≤ 02 x Hot-plug AC ≤480W Power < 02 power supply or > 480W per
Power supply 02 x Hot-plug AC 460W Power supply
supply power supply
- Microsoft Windows Server Only have these OS supports: Lack of one or more following OS
- Microsoft Windows Server Hyper-V - Microsoft Windows Server supports:
- Oracle Enterprise Linux (OEL) - Microsoft Windows Server Hyper-V - Microsoft Windows Server
- Red Hat Enterprise Linux - Oracle Enterprise Linux (OEL) - Microsoft Windows Server Hyper-V
Operating system
- SuSE Linux Enterprise Server - Red Hat Enterprise Linux - Oracle Enterprise Linux (OEL)
Supports
- Novell NetWare - Novell NetWare - Red Hat Enterprise Linux
- Sun Solaris for x64/x86-based - Sun Solaris for x64/x86-based - Novell NetWare
Systems Systems - Sun Solaris for x64/x86-based
Systems
- VMware 3i virtualization technology Not have one or all of following
Integrated - Citrix XenServer virtualization features:
Hypervisors technology - VMware 3i virtualization technology
(Optional) - Citrix XenServer virtualization
technology
Warranty 3 years < 3 years warranty
11 ANTI-VIRUS SERVER
Server type 2U, 19” Rackmount >2U or not 19” rackmount
Quad-Core Intel Xeon Processor X5550 Quad-Core Intel Xeon Processor < 2.66
Processor
(2.66 GHz) GHz
Chipset Intel 5520 Chipset Not Intel 5520 Chipset
Memory 4GB PC3-10600R DDR3-1333 < 4GB PC3-10600R DDR3-1333

37
BID PACKAGE 1 – Labour Market Information Data Centre (LMIC)

18 DIMM sockets < 18 DIMM sockets or < 144GB


Memory Upgradable Support up to 144GB DDR3 Registered Registered DDR3 upgrading
(RDIMM) memory
Not compatible with these memory
- DDR3 Registered (RDIMM) memory types:
Memory type
- DDR3 Unbuffered (UDIMM) memory - DDR3 Registered (RDIMM) memory
- DDR3 Unbuffered (UDIMM) memory
Lack of one or more following features:
- Advanced ECC (multi-bit error
- Advanced ECC (multi-bit error
protection)
Memory Protection protection)
- Mirroring mode
- Mirroring mode
- Lockstep mode
- Lockstep mode
Harddisk 02 x 146GB 15K SAS HDD < 02 x 146GB 15K SAS HDD
Up to 16 Hot Plug SFF < 16 Hot Plug SFF or < 06 Hot Plug
Internal Disk bays
Up to 6 Hot Plug LFF LFF
Only have these RAID supports: RAID Not have these RAID supports: RAID
RAID Support RAID 0/1/1+0 0/1 0/1/1+0

Six (6) available - optional PCI-X/PCI- < 6 expasion slots: available - optional
Expansion slots
Express or x16 PCI riser PCI-X/PCI-Express or x16 PCI riser
< 32MB or not Integrated
Graphics Integrated 32MB Graphic RAM
Graphic RAM
02 x Dual Port Multifunction Gigabit < 02 x Dual Port Multifunction Gigabit
Server Adapters with ToE, including Server Adapters with ToE, including
Network Controller
support for Accelerated iSCSI through support for Accelerated iSCSI through
an optional Licensing Kit an optional Licensing Kit
Not have enough these interfaces:
- 05 total USB ports
- 05 total USB ports
Interfaces - 01 internal Secure Digital (SD) slot
- 01 internal Secure Digital (SD) slot
- 01 Remote management port
- 01 Remote management port

38
BID PACKAGE 1 – Labour Market Information Data Centre (LMIC)

Optical drive SATA DVD-ROM Not have SATA DVD-ROM


≤ 02 x Hot-plug AC ≤480W Power < 02 power supply or > 480W per
Power supply 02 x Hot-plug AC 460W Power supply
supply power supply
- Microsoft Windows Server Only have these OS supports: Lack of one or more following OS
- Microsoft Windows Server Hyper-V - Microsoft Windows Server supports:
- Oracle Enterprise Linux (OEL) - Microsoft Windows Server Hyper-V - Microsoft Windows Server
- Red Hat Enterprise Linux - Oracle Enterprise Linux (OEL) - Microsoft Windows Server Hyper-V
- SuSE Linux Enterprise Server - Red Hat Enterprise Linux - Oracle Enterprise Linux (OEL)
Operating system
- Novell NetWare - Novell NetWare - Red Hat Enterprise Linux
Supports
- Sun Solaris for x64/x86-based - Sun Solaris for x64/x86-based - Novell NetWare
Systems Systems - Sun Solaris for x64/x86-based
- VMware Virtualization Software - VMware Virtualization Software Systems
- Citrix XenServer - Citrix XenServer - VMware Virtualization Software
- Citrix XenServer
- VMware 3i virtualization technology Not have one or all of following
Integrated - Citrix XenServer virtualization features:
Hypervisors technology - VMware 3i virtualization technology
(Optional) - Citrix XenServer virtualization
technology
Warranty 3 years < 3 years warranty
12 RACK CABINET
Universal Rack 42U < 42U Universal Rack
Rack type
Shock Rack
Not have Rack Airflow Optimization
Cooling Rack Airflow Optimization Kit
Kit
Grounding Rack Grounding Kit Not have Rack Grounding Kit
Stabilizer 600W Stabilizer Kit Not have 600W Stabilizer Kit
Sidepanel Sidepanel Kit Not have Sidepanel Kit
PDU High Voltage Modular PDU Not have High Voltage Modular PDU

39
BID PACKAGE 1 – Labour Market Information Data Centre (LMIC)

Power Cord 16A C19 DK Power Cord Not have 16A C19 DK Power Cord
CAT 5 / 0*1*8 Port KVM Switch + 8 Not Including: CAT 5 / 0*1*8 Port IP
Console Cables KVM Switch + 8 Console Cables
Management
Rackmount pointing device & 17” LCD Rackmount pointing device & 17” LCD
Monitor Monitor
Rack and servers are from the same Racks and servers are not from the same
Other
Manufacturer Manufacturer
Warranty 1 year < 1 year
13 RACK CABINET
Universal Rack 42U < 42U Universal Rack
Rack type
Shock Rack
Not have Rack Airflow Optimization
Cooling Rack Airflow Optimization Kit
Kit
Grounding Rack Grounding Kit Not have Rack Grounding Kit
Stabilizer 600W Stabilizer Kit Not have 600W Stabilizer Kit
Sidepanel Sidepanel Kit Not have Sidepanel Kit
PDU High Voltage Modular PDU Not have High Voltage Modular PDU
Power Cord 16A C19 DK Power Cord Not have 16A C19 DK Power Cord
Rack and servers are from the same Racks and servers are not from the same
Other
Manufacturer Manufacturer
Warranty 1 year < 1 year
14 EXTERNAL STORAGE SYSTEM
Form factor Rackmount Not rackmount form
Hard drive 16 x 300GB 15K rpm FC HDD < 16 x 300GB 15K rpm FC HDD
- FC Lack of one or more disk types:
Drive Support
- FATA - FC

40
BID PACKAGE 1 – Labour Market Information Data Centre (LMIC)

- FC Solid State Disk - FATA


- FC Solid State Disk
Maximum Drives 11 < 11
12
Per Enclosures
Maximum Enclosure 8 <8
Minimum: 6 SSD, 8 FC and FATA Maximum < 8 SSD or < 96 FC and
Number of Drives
Maximum: 8 SSD, 96 FC and FATA FATA
Maximum Capacity 96TB < 96TB
Lack of one or more these RAID
Vraid0, Vraid1, Vraid 0+1, Vraid5,
supports: Vraid0, Vraid1, Vraid 0+1,
RAID Support Vraid 0+5, Vraid 6 & Cross Vraid
Vraid5, Vraid 0+5, Vraid 6 & Cross
Snaps
Vraid Snaps
LUN size Up to 32TB < 32TB
Number of <2
2
controllers
Cache Size (per < 4GB
4GB
Controller Pair)
Battery Backup for 95 hours < 95 hours
Up to 96 hours
Cache
Fibre Channel, iSCSI and Direct Not have Fibre Channel, iSCSI and
Host Connectivity
Connect Direct Connect
Number of Host < 512/256 (Single Path/Dual Path)
Supported
512/256
(Single Path/Dual
Path)
Not have 4 or 2 embedded FC switches
Host Ports (per 4 or 2 embedded FC switches with ten
with ten 8Gb/s FC SAN ports per
controller pair) 8Gb/s FC SAN ports per controller
controller
Device Connectivity Redundant FC-AL pairs from each Not have redundant FC-AL pairs from

41
BID PACKAGE 1 – Labour Market Information Data Centre (LMIC)

controller to switched JBOD for each controller to switched JBOD for


redundant paths to dual drive ports redundant paths to dual drive ports
Device Ports (per <4
4
controller pair)
Device Port Speed 4 Gb < 4Gb
Maximum >1500 <1500
1550
throughput (MB/s)
Maximum IOPS > 140,000 IO/sec <= 140,000 IO/sec
Two 4Gb/s FC-AL ports per Not have Two 4Gb/s FC-AL ports per
Drive Interface (per controller in redundant pairs, controller in redundant pairs,
controller) two paths to each dual two paths to each dual
ported drive ported drive
Variable Speed No
Redundant Yes
Blowers
Not have dual Redundant controllers,
Fault Tolerant Dual Redundant controllers, power
power supplies, fans, power distribution
Features supplies, fans, power distribution units
units
Hot pluggable power supplies, fans, Not have Hot pluggable power supplies,
Hot Plug Support cache batteries, I/O modules, fans, cache batteries, I/O modules,
environmental monitoring units, disks environmental monitoring units, disks
- HP-UX Only have these supported OSs: Lack of one or more supported OSs:
- HP OpenVMS - HP-UX - HP-UX
- Microsoft Windows Server - HP OpenVMS - HP OpenVMS
Supported Operating - Sun Solaris - Microsoft Windows Server - Microsoft Windows Server
Systems - Linux - Sun Solaris - Sun Solaris
- IBM AIX - IBM AIX - IBM AIX
- Novell NetWare - Novell NetWare - Novell NetWare
- VMware - VMware - VMware

42
BID PACKAGE 1 – Labour Market Information Data Centre (LMIC)

- Apple Mac OSX - Apple Mac OSX - Apple Mac OSX


- Citrix Xen - Citrix Xen - Citrix Xen
Only have these supported softwares: Lack of one or more supported
- Continuous Access
- Continuous Access softwares:
- StorageWorks Cluster Extenstion
- StorageWorks Cluster Extenstion - Continuous Access
- Business Copy
- Business Copy - StorageWorks Cluster Extenstion
- Dynamic Capacity Management
Supported Softwares - Dynamic Capacity Management - Business Copy
- Secure Path
- Secure Path - Dynamic Capacity Management
- Data Protector
- Data Protector - Secure Path
- System Insight Manager
- System Insight Manager - Data Protector
- Storage Mirroring
- System Insight Manager
External Storage system and servers are External Storage system and servers are
Other
from the same Manufacturer not from the same Manufacturer
Warranty 3 years < 3 years warranty
15 SAN SWITCH
Switch core 1U Rackmount > 1U rackmount
Fabric latency 8 Gbps < 8 Gbps
Maximum Ports 24 < 24
Minimum Ports 16 > 12 < 12
Aggregate Switch 384 Gbps > 380 Gbps < 380 Gbps
Bandwidth
Protocol Support Fibre Channel Not FC
High Availability No single point of failure. Hot code Not have these features: no single point
Features load. Ports on demand with no of failure, hot code load, ports on
downtime demand with no downtime
Models Available Full Fabric Not Full Fabric
Maximum frame 2112-byte payload < 2112 byte

43
BID PACKAGE 1 – Labour Market Information Data Centre (LMIC)

size
Classes of service Class 2, Class 3, Class F (inter-switch Lack of one or more these classes: Class
frames) 2, Class 3, Class F (inter-switch frames)
Port types FL_Port, F_Port, and E_Port; self- Lack of one or more port types:
discovery based on switch type FL_Port, F_Port, and E_Port; self-
(U_Port) discovery based on switch type
(U_Port)
USB One USB port for system log file Not have USB port for system log file
downloads or firmware upgrades downloads or firmware upgrades
Media types B-Series Branded Small Form-Factor Not have SFP media B-series
Pluggable (SFP)
Laser Short-wave up to 1,640 ft (500 m); Not have these laser type: Short-wave
long-wave up to 6.2 mi (10 km) when up to 1,640 ft (500 m); long-wave up to
available 6.2 mi (10 km)
Supported softwares Telnet, RADIUS,SNMP, Web Tools, Only have these supported softwares: Lack of one or more supported
Enhanced Group Management, SNMP, Web Tools, Enhanced Group softwares: SNMP, Web Tools,
Advanced Zoning, Fabric Watch, Management, Advanced Zoning, Enhanced Group Management,
Extended Fabric, Adaptive Networking, Fabric Watch, Extended Fabric, Advanced Zoning, Fabric Watch,
Advanced Performance Monitoring, ISL Adaptive Networking, Advanced Extended Fabric, Adaptive Networking,
Trunking, Fabric Manager,, Data Centre Performance Monitoring, ISL Advanced Performance Monitoring, ISL
Fabric Manager Trunking, Fabric Manager,, Data Trunking, Fabric Manager,, Data Centre
Centre Fabric Manager Fabric Manager
Management access 10/100 Ethernet (RJ-45), serial port Not have Ethernet port or serial port for
management
Diagnostics POST and embedded online/offline Not have POST and embedded
diagnostics online/offline diagnostics
SAN Switch and servers are from the SAN Switch and servers are not from
Other
same Manufacturer the same Manufacturer
Warranty 3 years < 3 years warranty
16 TAPE LIBRARY

44
BID PACKAGE 1 – Labour Market Information Data Centre (LMIC)

Form Factor 4U Rackmount > 4U Rackmount


Lack of one or more supported tape
LTO-4 Ultrium 1840 drives:
Tape Drives LTO-4 Ultrium 1760 - LTO-4 Ultrium 1840
Supported LTO-3 Ultrium 960 - LTO-4 Ultrium 1760
LTO-3 Ultrium 920 - LTO-3 Ultrium 960
- LTO-3 Ultrium 920
Number of Tape <2
2
Drives
Maximum Tape <4
4
Drives
Number of Tape < 40
40
Cartridge
Maximum Cartridge 47 < 47
48
Slots
Native: 38.4 TB Capacity does not up to 38.4 TB
Maximum capacity
Compressed (2:1): 76.8 TB (native) and 76.8 TB (Compressed)
Not have this maximum transfer rate:
Native: 576 GB/hr (two drives), 1.1
- Native: 576 GB/hr (two drives), 1.1
Maximum Transfer TB/hr (four drives)
TB/hr (four drives)
Rate Compressed (2:1): 1.1 TB/hr (two
- Compressed (2:1): 1.1 TB/hr (two
drives), 2.3 TB/hr (four drives)
drives), 2.3 TB/hr (four drives)
Not have one of these interfaces:
3Gb/sec SAS
Interface - 3Gb/sec SAS
Ultra320 LVD SCSI
- Ultra320 LVD SCSI
MSBF 2 Million robot load/unload cycles < 2 Million robot load/unload cycles
MTBF 100,000 hours (based on 1M MSBF) < 100,000 hours
Average Cartridge > 45s
45 seconds (drive to slot, slot to drive)
Swap Time

45
BID PACKAGE 1 – Labour Market Information Data Centre (LMIC)

Initialization Time 80 to 120 seconds > 120s


2:15 minutes (using bar code labeled < 2:30 minutes > 2:30
Inventory Time
cartridges)
Lack of one or more connectors:
Mini-SAS (located on back of
Mini-SAS (located on back of
MSL4048 SAS model only)
MSL4048 SAS model only)
Connectors (1) RJ-45 (located on back of MS4048)
(1) RJ-45 (located on back of MS4048)
(1) USB port (located on back of
(1) USB port (located on back of
MSL4048)
MSL4048)
Inventory Time 4 minutes > 4 minutes
10/100 Mbytes/second, auto- Not have RJ-45 port
Management
configuring interface. RJ-45 connection.
Interface
Https configurable.
Power 312 Watts (max) > 312W
Tape Library and servers are from the Tape Library and servers are not from
Other
same Manufacturer the same Manufacturer
Warranty 3 years < 3 years warranty
17 BACKUP SOFTWARE
Reduced recovery Ability to restore data instantly when Not have this function or feature
time backup to disk, unlike a tape drive that
has to be mounted, loaded and searched
Improved backup Backing up to disk allows data to be Not have this function or feature
performance copied at the optimum level of
performance - performing a full backup
or smaller incremental backups
Storage capacity Data reduction technology (Virtual and Not have this function or feature
reduction Synthetic Full) helps eliminate the need
to backup the same data multiple times
therefore reducing the disk and tape
capacity

46
BID PACKAGE 1 – Labour Market Information Data Centre (LMIC)

Branch office Backup to disk allows copy the data at Not have this function or feature
backup distributed branch offices to a central
consolidation site for consolidated backup
Backup to Virtual Take full advantage of the capabilities Not have this function or feature
Tape with in virtual tape libraries (VTL) offering
Deduplication de-duplication capabilities and can store
up to 50 times as much data in a given
amount of disk space.
Advanced Achieves unique integration with Not have this function or feature
integration with Virtual Library System (VLS) to
Virtual Library provide automated and transparent
System (VLS) movement of data between the VLS and
physical tape libraries. By offloading
the copy operations to the VLS, traffic
on the SAN is reduced, and space can
be freed up on the VLS for additional
disk backups.
Zero Downtime Zero Downtime Backup (ZDB) Not have this function or feature
Backup/Instant addresses the needs of data Centres with
Recovery zero tolerance for performance impact
and the need to eliminate backup
windows.
Manager of Manage For multi-site operations, the software Not have this function or feature
allows distribution of control to local
administrators while maintaining the
ability to set overall policies and
monitoring the entire enterprise backup
environment from a central point
Protection for Manages both the physical and virtual Not have this function/feature or not
Virtualized environments. This software supports support one or more of virtualized
Servers all leading virtualized environments, environments: VMware, Microsoft
such as VMware, Microsoft Hyper-V, Hyper-V, Citrix XenServer, Microsoft
Citrix XenServer, Microsoft Virtual Virtual Server, Sun Solaris Zones, and

47
BID PACKAGE 1 – Labour Market Information Data Centre (LMIC)

Server, Sun Solaris Zones, and HP HP Integrity VM


Integrity VM
Ensuring Security Keeping your data secure is easy with Not have this function or feature
Compliance the centralized and having the choice of
client-based encryption for end-to-end
security of their data. Taking advantage
of the encryption functionality in LTO4
tape drives for encryption with no
performance impact on backup speeds
Synthetic Full Synthetic backup puts a stop to the build Not have this function or feature
Backup/Virtual Full up of incremental backups, and
Backup eliminates the need to run lengthy full
backups. It works by merging all
incremental backups into a full
‘synthetic’ backup. If all the backups,
full and incremental, are written to the
same file library which uses a
distributed file media format, an even
more efficient type of synthetic backup
is possible.
OS Support Windows 2000/XP/2003/2008/Vista; Not support one or more of these OSs:
Novell NetWare/OES; HP-UX, HP Windows 2000/XP/2003/2008/Vista;
MPE/iX; Sun Solaris; Linux Red Novell NetWare/OES; HP-UX, HP
Hat/SUSE/Debian, United Linux; IBM MPE/iX; Sun Solaris; Linux Red
AIX; SGI IRIX; SNI SINIX; SCO Hat/SUSE/Debian, United Linux; IBM
OpenServer, SCO Unixware; HP Tru64 AIX; SGI IRIX; SNI SINIX; SCO
UNIX; OpenVMS OpenServer, SCO Unixware; HP Tru64
UNIX; OpenVMS
Backup Software and servers are from Backup Software and servers are not
Other
the same Manufacturer from the same Manufacturer
18 Microsoft Windows Server 2008 Sngl OLP NL
Version Enterprise Not Enterprise

48
BID PACKAGE 1 – Labour Market Information Data Centre (LMIC)

Windows Svr Std 2008 32-bit/x64 Not Included: Windows Svr Std 2008
Media
English Disk Kit MVL DVD 32-bit/x64 English Disk Kit MVL DVD
CAL 5 User CAL < 5 User CAL
19 Windows Svr 2008 Sngl OLP NL
Version Standard Not Standard
Windows Svr Ent 2008 32-bit/x64 Not Included: Windows Svr Ent 2008
Media
English Disk Kit MVL DVD 32-bit/x64 English Disk Kit MVL DVD
CAL 5 User CAL < 5 User CAL
20 Microsoft SQL Server 2008 Win32 Sngl OLP NL + 10 Device CAL
Version Enterprise Not Enterprise
SQL Svr Enterprise Edtn 2008 English Not Included: SQL Svr Enterprise Edtn
Media
Disk Kit MVL DVD 2008 English Disk Kit MVL DVD
CAL 10 Device CAL < 10 Device CAL
21 Raised floor
Quantity & Size 40 pieces * 600x600x32mm plate < 40 pieces * 600x600x32mm plate
Material Steel flatform with cement core Steel flatform with cement core <
600x600x32mm - Surface HPL anti- 600x600x32mm - Surface HPL anti-
electrostatic electrostatic
Grade Medium Lower than Medium
Disposing load 11kN/m2 < 11kN/m2
12kN/m2
(kN/m2)
Cap of bearing plate 85mm x 4mm < 85mm x 4mm
Pipe Ф 24mm × 2mm thick < Ф 24mm × 2mm thick
Warranty 1 Year < 1 Year
22 Electric Generator
Prime Power 55KVA < 55KVA
Standby Power 50KVA < 50KVA

49
BID PACKAGE 1 – Labour Market Information Data Centre (LMIC)

Engine Type Diesel GAS or DIESEL


Modality 4 Cylinders < 4 Cylinders
Frequency 50Hz 50-60Hz < 50Hz, > 60Hz
Anti noise cover Included Anti-Noise cover Not included Anti-Noise cover
Warranty 1 Year < 1 Year
23 SMART-UPS 40KVA – 3 PHASE
Output Power 32 kW / 40 kVA < 32 kW / 40 kVA
Capacity
Nominal Output Within 230V,400V. 3Phase 220V,400V 3PH Out of 220V,400V range. Not 3Phase
Voltage
Output Voltage Note Configurable for 380 : 400 or 415 V 3 Not Configurable for 380 : 400 or 415
Phase nominal V 3 Phase nominal
output voltage output voltage
Efficiency at Full 96% 95% < 95%
Load
Output Voltage Less than 5% at full load 5% at full load > 5% at full load
Distortion
Output Frequency Within 47 - 53 Hz for 50 Hz nominal Out of 47 - 53 Hz for 50 Hz nominal
(sync to mains) range range
Crest Factor Unlimited Not Unlimited
Waveform Type Sine wave Sine wave Not Sine wave
Bypass Built-in Maintenance Bypass,Built-in Built-in Maintenance Bypass Not have Built-in Maintenance
Static Bypass Bypass,Built-in Static Bypass features
Nominal Input 400V 3PH 390V 3PH < 390V 3PH
Voltage
Input Frequency 47 - 70 Hz (auto sensing) Not have auto sensing feature
Input voltage range Within 304 - 477V range 310 - 480V Out of 310 - 480V range
for main operations

50
BID PACKAGE 1 – Labour Market Information Data Centre (LMIC)

Maximum Input 55A 54A < 54A


Current
Input Breaker 80A 78A < 78A
Capacity
Input Total Less than 5% for full load 5% for full load More than 5% for full load
Harmonic
Distortion
Battery Type Maintenance-free sealed Lead-Acid Not have Maintenance-free sealed
battery with Lead-Acid battery with suspended
suspended electrolyte: leakproof electrolyte: leakproof
Included Battery 4 <4
Modules
Replacement Battery SYBT4; hotswap replacement SYBT4 Not SYBT4 or hotswap replacement
Backup Time 12 minutes < 12 minutes
Interface Port(s) DB-9 RS-232,Smart-Slot Lacking one of following port: DB-9
Pre-Installed SmartSlot™ Cards RS-232,Smart-Slot
Pre-Installed SmartSlot™ Cards
Warranty 2 Years < 2 Years
24 AIR CONDITIONER
Type Floor Standing Not Floor Standing
Capacity 48000BTU < 48000BTU
Warranty 1 Year < 1 Year
25 AUTOMATIC FIRE WARNING & FIRE EXTINGUISHING SYSTEM
Mechanics System 4 * Cylinder Assembly, 80.0L Argonite Unsufficient quantity & type as required
and Cylinder valve
1 * Completer Kit, Primary Consisting
3 * Completer Kit, Slave Consisting
4 * Valve, Manifold Connection Check
1 * Valve, Non-Return Pilot Line Check
1 * Restrictor, 1-1/2" NPT Threaded

51
BID PACKAGE 1 – Labour Market Information Data Centre (LMIC)

2 * Drain cock 360o


Fire Warning 1 * Fire Suppression Control Panel Unsufficient quantity & type as required
System 3 * Photoelectric Smoke Detector With
base
3 * Heat Detector With base
1 * Manual Pull amd Abort Station
1 * Alarm Bell 6''
1 * Multi-tone electronic strobe/horn
Installation & Included all accessories, man power to
Accessories finish installing the system.
Warranty 1 Year < 1 Year
26 Surge Protection Unit for Power Line
Connection Type Parallel Not Parallel
Surge Current 160kA < 160kA
Capacity
Fault Current Rating 65kAIC 63kAIC <63kAIC
(AIC)
Operating Frequency 47–63 Hz # 46–63 Hz
Range
Warranty 1 Year < 1 Year
27 Surge Protection Unit for LAN
Form factor 19" rackmount, 16 channel Not 9" rackmount, < 16 channel high-
high-speed data line surge protector speed data line surge protector
DC Breakover 8.2 volts 8.1 volts > 8.1 volts
Voltage
Insertion Loss <.1 dB > 1 dB
Connectors RJ-45 Type Not RJ-45 Type
Transmission speed 10baseT, 100baseT, 1000baseT Can run at following speed: 10baseT,
100baseT, 1000baseT
Response Time <1ns

52
BID PACKAGE 1 – Labour Market Information Data Centre (LMIC)

Warranty 1 Year < 1 Year


28 Surge Protection Unit for TELEPHONE
Peak Current 0.20 kAmps < 0.20 kAmps
Normal Mode
Peak Current 0.15 kAmps < 0.15 kAmps
Normal Mode
NM Surge Response 1ns > 1ns
Time (ns)
Warranty 1 Year < 1 Year
29 Earth Grounding Point
Standard > ≤3Ω
≤3Ω
requirement
Material Included all require materials & Man-
power to install, testing Earth
Grounding Point
Warranty 1 Year < 1 Year
30 ELECTRIC CABINET, MAIN CABLE & SPARES
Patch Panel 24 port CAT6 Patch Panel < 24 port CAT6 Patch Panel
Requirements Including all material, goods and
accessories to completing install LAN,
Power cables for Data Centre
Infratructure
31 SERVICES
Installation, configuration, training and
technical supporting
C Methodology of goods provision
Plan Make plan to provide goods in the Don’t make plan to provide goods in the
bidding document which meets the bidding document or the plan doesn’t
requirement of the bidding invitation meets the requirement of the bidding

53
BID PACKAGE 1 – Labour Market Information Data Centre (LMIC)

document. invitation document.


Arrangement Point out solution and project Don’t point out solution and project
management model in the bidding management model in the bidding
document which meets the requirement document, or they are don’t meets the
of the bidding invitation document. requirement of the bidding invitation
document.
D Equipment installation and technical staff capability
Equipment Experienced in implementing the same No experience in implementing the
installation system ( Based on the contracts same system
capability provided by the Bidder)
Technical staff Yes
capability
E Declaration of conformity level in terms of warranty and technical support.
Warranty service Warranty service delivered by the No warranty service delivered by the
provider or authorized provider or authorized
distributor/reseller with the warranty distributor/reseller with the warranty
period as required period as required
Technical support Commitment on suitable technical No commitment on technical support or
support as required the support is not suitable as required
G Implementation time
Delivery time Meet any requirement on delivery Don’t meet any requirement on delivery
progress progress as mentioned
Installation time Make implementation plan in the Don’t make implementation plan in the
bidding document which meet timing bidding document or it doesn’t meet
requirement as in bid invitation timing requirement as in bid invitation
document. document.
H Training and Technology Transfer
Training Detail training in bidding document No detail training in bidding document
which meets requirement of bid or it doesn’t meet requirement of bid
invitation document. invitation document.

54
BID PACKAGE 1 – Labour Market Information Data Centre (LMIC)

Technology transfer List of document which will be List of document which will be
provided the investor in biding provided the investor in biding
document which meet requirement of document or it doesn’t meet
bid invitation document. requirements of bid invitation
document.
Evaluation Conformity Pass of all the content are acceptable
Unconformity Don’t meet any above – mentioned
requirement

55
BID PACKAGE 2

Hardware for Labour Market


Information Units
In 5 Employment Services Centres (ESCs)

List of goods and related services

56
Bid Package 2: Hardware for Labour Market Information Units
In 5 Employment Services Centres (ESCs)

LIST OF GOODS AND RELATED SERVICES FOR EACH OF 5 ESCs

No Description of Goods Quantity Unit Warranty


1 Database , Application , Domain Controller
03 Unit 3 Years
Servers
2 File Server 01 Unit 3 Years
3 Rack Cabinet 01 Unit 1 Year
4 Microsoft Windows Server OPL 2008 Standard 02 License 1 Year support
5 Windows Svr 2008 OPL Enterprise 02 License 1 Year support
6 Microsoft SQL Server 2008 OPL Enterprise 01 License 1 Year support
7 Anti-virus Software 30 License 1 Year support
8 UPS 8KVA 02 Unit 2 Years
9 UPS 3KVA 01 Unit 2 Years
10 Larger size electronic Board 01 Unit 1 Year
11 Wall mounted Projector Screen 02 Unit 1 Year
12 Projector 02 Unit 1 Year
13 Notebook PC 03 Unit 1 Year
14 Desktop PC 20 Unit 3 Years
15 Digital flatbed Scanner 01 Unit 1 Year
16 Digital Camera 01 Unit 1 Year
17 Digital Camcorder 01 Unit 1 Year
18 Network Laser Printer 02 Unit 3 Years
19 Air Conditioner 01 Unit 1 Year
20 Photocopy Machine 01 Unit 1 Year
21 Office Chairs + Tables 20 Unit 1 Year
22 Firewall 01 Unit 3 Years
23 Server Farm Switch 01 Unit 1 Year
24 User Access Switch 03 Unit 1 Year
25 Wifi Access Point 03 Unit 1 Year
26 ADSL Modem 02 Unit 1 Year
27 Telephone System 01 System 1 Year
28 Electric cabinet, main cable & spares 01 Project 1 Year
29 Installation, configuration, training and supporting 01 Project 1 Year
30 All equipments & products above are for 1
(one) Employment Service Centre (ESC)
- Total 5 ESCs

57
Bid Package 2: Hardware for Labour Market Information Units
In 5 Employment Services Centres (ESCs)

1. DETAIL TECHNICAL SPECIFICATIONS AND REQUIREMENTS

The Bidder must provide the original technical document from the Manufacturer to the bid equipment. In the request for proposal,
the Bidder must prove the response level for request with explanation and relevant technical parameter. The Bidder also shows which
item of the attached technical document the Bidder bases on. If the Bidder doesn’t have full explanation or cannot show the response
level for request or cannot refer to technical document of the bidding document, the Bidder doesn’t pass at the requirement.

Satisfied level
No Requirement
Satisfy Acceptable Unsatisfy
(1) (2) (3) (4) (5)
A Provision scale
Comparison with types Fully Compliance insufficient quantity and incompatible
and quantity mentioned type
in technical
requirement bellow
B Feature, technical parameter of products
Quality All goods and accessories are new 100%. All goods and accessories are not
100% new or have been used.
01 Database , Application , Domain Controller Servers
Server type 2U, 19” Rackmount >2U or not 19” rackmount
02 x Quad-Core Intel Xeon Processor Less than 02 x Quad-Core Intel Xeon
Processor
X5560 2.8GHz Processor X5560 2.8GHz
Chipset Intel 5520 Chipset Not Intel 5520 Chipset
Memory 6GB PC3-10600R DDR3-1333 < 6GB PC3-10600R DDR3-1333
18 DIMM sockets < 18 DIMM sockets or < 144GB
Memory Upgradable
Support up to 144GB DDR3 Registered Registered DDR3 upgrading

58
Bid Package 2: Hardware for Labour Market Information Units
In 5 Employment Services Centres (ESCs)

(RDIMM) memory
Not compatible with these memory
types:
- DDR3 Registered (RDIMM) memory - DDR3 Registered (RDIMM)
Memory type
- DDR3 Unbuffered (UDIMM) memory memory
- DDR3 Unbuffered (UDIMM)
memory
Lack of one or more following
- Advanced ECC (multi-bit error features:
protection) - Advanced ECC (multi-bit error
Memory Protection
- Mirroring mode protection)
- Lockstep mode - Mirroring mode
- Lockstep mode
Harddisk 03 x 146GB 15K SAS HDD < 03 x 146GB 15K SAS HDD
Up to 16 Hot Plug SFF < 16 Hot Plug SFF or < 06 Hot Plug
Internal Disk bays
Up to 6 Hot Plug LFF LFF
SAS/SATA Controller with 512 MB SAS/SATA Controller with < 512
Storage controller
BBWC Controller MB BBWC Controller
RAID 0/1/5/5+0/6 Not have these RAID supports: RAID
RAID Support RAID 0/1/1+0/5/5+0/6
0/1/1+0/5/5+0/6
Six (6) available - optional PCI-X/PCI- < 6 expansion slots: available -
Expansion slots Express or x16 PCI riser optional PCI-X/PCI-Express or x16
PCI riser
< 32MB or not Integrated
Graphics Integrated 32MB Graphic RAM
Graphic RAM
< 02 x Dual Port Multifunction
02 x Dual Port Multifunction Gigabit
Gigabit Server Adapters with ToE,
Server Adapters with ToE, including
Network Controller including support for Accelerated
support for Accelerated iSCSI through an
iSCSI through an optional Licensing
optional Licensing Kit
Kit
59
Bid Package 2: Hardware for Labour Market Information Units
In 5 Employment Services Centres (ESCs)

Not have enough these interfaces:


- 05 total USB ports
- 05 total USB ports
Interfaces - 01 internal Secure Digital (SD) slot
- 01 internal Secure Digital (SD) slot
- 01 Remote management port
- 01 Remote management port
Optical drive SATA DVD Not have SATA DVD
≤ 02 x Hot-plug AC ≤480W Power < 02 power supply or > 480W per
Power supply 02 x Hot-plug AC 460W Power supply
supply power supply
- Microsoft Windows Server Only have these OS supports: Lack of one or more following OS
- Microsoft Windows Server Hyper-V - Microsoft Windows Server supports:
- Oracle Enterprise Linux (OEL) - Microsoft Windows Server Hyper-V - Microsoft Windows Server
- Red Hat Enterprise Linux - Oracle Enterprise Linux (OEL) - Microsoft Windows Server Hyper-V
Operating system
- SuSE Linux Enterprise Server - Red Hat Enterprise Linux - Oracle Enterprise Linux (OEL)
Supports
- Novell NetWare - Novell NetWare - Red Hat Enterprise Linux
- Sun Solaris for x64/x86-based Systems - Sun Solaris for x64/x86-based - Novell NetWare
Systems - Sun Solaris for x64/x86-based
Systems
- VMware 3i virtualization technology Not have one or all of following
- Citrix XenServer virtualization features:
Integrated Hypervisors technology - VMware 3i virtualization
(Optional) technology
- Citrix XenServer virtualization
technology
Warranty 3 years < 3 years warranty
02 FILE SERVER
Server type 4U, 19” Rackmount > 4U or not 19” rackmount
02 x Quad-Core Intel Xeon Processor < 02 x Quad-Core Intel Xeon
Processor
X5560 2.8GHz Processor X5560 2.8GHz
Chipset Intel 5520 Chipset Not Intel 5520 Chipset
Memory 4GB PC3-10600R DDR3-1333 < 4 GB PC3-10600R DDR3-1333
60
Bid Package 2: Hardware for Labour Market Information Units
In 5 Employment Services Centres (ESCs)

18 DIMM sockets < 18 DIMM sockets or < 144GB


Memory Upgradeable Support up to 144GB DDR3 Registered Registered DDR3 upgrading
(RDIMM) memory
Not compatible with these memory
types:
- DDR3 Registered (RDIMM) memory - DDR3 Registered (RDIMM)
Memory type
- DDR3 Unbuffered (UDIMM) memory memory
- DDR3 Unbuffered (UDIMM)
memory
Lack of one or more following
- Advanced ECC features:
Memory Protection - Mirroring mode - Advanced ECC
- Lockstep mode - Mirroring mode
- Lockstep mode
Hard disk 04 x 300GB SAS HDD < 04 x 300GB SAS HDD
< 24 Hot Plug SFF SAS or < 14 Hot
- Up to 24 Hot Plug SFF
Plug LFF
- Up to 14 Hot Plug LFF
- Not have enough 02 x Open half-
Internal Storage - Two open half-height media bays
height media bays available for tape
available for tape drives, optical media,
drives, optical media, optional SAS
optional SAS HDD cage
HDD cage
SAS/SATA Controller with 512 MB SAS/SATA Controller with < 512
Storage Controller
BBWC Controller MB BBWC Controller
Only have these RAID supports: RAID Not have these RAID supports:
RAID Support RAID 0/1/1+0/5/5+0/6 0/1/5/5+0/6 0/1/1+0/5/5+0/6

Optical Drive SATA DVD ROM Not Not have SATA DVD-ROM
Expansion slots Nine (9) available PCI-Express Gen2 slots < 09 PCI-Express Gen2 slots
Graphics Integrated 64 MB video standard Less than 64MB or not Integrated

61
Bid Package 2: Hardware for Labour Market Information Units
In 5 Employment Services Centres (ESCs)

video
Integrated Quad Port Multifunction Not have Integrated Quad Port
Network Controller
Gigabit Server Adapter Multifunction Gigabit Server Adapter
Not have enough these interfaces:
- 05 total USB ports
- 05 total USB ports
- 01 Dedicated USB 2.0 Port (available for
DAT USB tape connectivity) - 01 Dedicated USB 2.0 Port
Interfaces (available for DAT USB tape
- 01 internal Secure Digital (SD) slot
connectivity)
- 01 Remote management port
- 01 internal Secure Digital (SD) slot
- 02 x VGA port
- 01 Remote management port
02 x Hot-plug AC 460W Power supply ≤ 480W < 02 power supply or > 480W per
Power supply
Unit power supply Unit
- Microsoft Windows Server Only have these OS supports: Lack of one or more following OS
- Microsoft Windows Server Hyper V - Microsoft Windows Server supports:
- Oracle Enterprise Linux (OEL) - Microsoft Windows Server Hyper V - Microsoft Windows Server
- Red Hat Enterprise Linux - Oracle Enterprise Linux (OEL) - Microsoft Windows Server Hyper V
Operating systems and - SuSE Linux Enterprise Server - Red Hat Enterprise Linux - Oracle Enterprise Linux (OEL)
Virtualization software - Novell NetWare - Novell NetWare - Red Hat Enterprise Linux
supports - Sun Solaris for x64/x86-based Systems - Sun Solaris for x64/x86-based - Novell NetWare
- VMware System - Sun Solaris for x64/x86-based
- Citrix Essentials for XenServer - VMware Systems
- Citrix Essentials for XenServer - VMware
- Citrix Essentials for XenServer
Warranty 3 years < 3 years warranty
03 RACK CABINET
Universal Rack 42U < 42U Universal Rack
Rack type
Shock Rack
Not have Rack Airflow Optimization
Cooling Rack Airflow Optimization Kit
Kit

62
Bid Package 2: Hardware for Labour Market Information Units
In 5 Employment Services Centres (ESCs)

Grounding Rack Grounding Kit Not have Rack Grounding Kit


Stabilizer 600W Stabilizer Kit 500W Stabilizer Kit < 500W Stabilizer Kit
Sidepanel Sidepanel Kit Not have Sidepanel Kit
CAT 5 / 0*1*8 Port KVM Switch + 4 Not Including: CAT 5 / 0*1*8 Port IP
Console Cables KVM Switch + 4 Console Cables
Management
Rackmount pointing device & 17” LCD Rackmount pointing device & 17”
Monitor LCD Monitor
PDU High Voltage Modular PDU Not have High Voltage Modular PDU
Power Cord 16A C19 DK Power Cord Not have 16A C19 DK Power Cord
Rackmount pointing device & 17” LCD Not have Rackmount pointing device
Management
Monitor or 17” LCD Monitor
Racks and servers are from the same Racks and servers are not from the
Other
Manufacturer same Manufacturer
Warranty 3 years < 3 years warranty
04 Microsoft Windows Server 2008 Sngl OLP NL
Version Enterprise Not Enterprise
Not Included: Windows Svr Std 2008
Windows Svr Std 2008 32-bit/x64 English
Media 32-bit/x64 English Disk Kit MVL
Disk Kit MVL DVD
DVD
CAL 5 User CAL < 5 User CAL
05 Windows Svr 2008 Sngl OLP NL
Version Standard Not Standard
Not Included: Windows Svr Ent 2008
Windows Svr Ent 2008 32-bit/x64 English
Media 32-bit/x64 English Disk Kit MVL
Disk Kit MVL DVD
DVD
CAL 5 User CAL < 5 User CAL

63
Bid Package 2: Hardware for Labour Market Information Units
In 5 Employment Services Centres (ESCs)

06 Microsoft SQL Server 2008 Win32 Sngl OLP NL


Version Enterprise Not Enterprise
Not Included: SQL Svr Enterprise
SQL Svr Enterprise Edtn 2008 English
Media Edtn 2008 English Disk Kit MVL
Disk Kit MVL DVD
DVD
CAL 10 Device CAL < 10 Device CAL
07 Anti-virus Software
08 UPS 8KVA
Form factor Rackmout Not Rackmout
Output Power Capacity 6400 Watts / 8000 VA < 6400 Watts / 8000 VA
Output Voltage Note Configurable for 220 : 230 or 240 nominal Can’t Configurable for 220 : 230 or
output voltage 240 nominal output voltage
Efficiency at Full Load 92% 92% < 92%
Output Voltage Less than 3% 3% > 3%
Distortion
Output Frequency With in 50/60 Hz +/- 3 Hz user adjustable Out of 50/60 Hz +/- 3 Hz user
(sync to mains) +/- 0.1 range adjustable +/- 0.1 range
Crest Factor 3:1 #3:1
Waveform Type Sine wave Not Sine wave
Bypass Internal Bypass (Automatic and Manual) Internal Bypass (Manual) Do not have Internal Bypass
(Automatic or Manual) features
Input voltage range for With in 160 - 280V range Out of 160 - 280V range
main operations
Backup time 7.3 minutes 7 minutes < 7 minutes
Battery Type Maintenance-free sealed Lead-Acid Not have Maintenance-free sealed
battery with Lead-Acid battery with suspended
suspended electrolyte : leakproof electrolyte: leakproof
64
Bid Package 2: Hardware for Labour Market Information Units
In 5 Employment Services Centres (ESCs)

Replacement Battery RBC44; hotswap replacement RBC44 Not RBC44 or hotswap replacement
Interface Port(s) DB-9 RS-232,RJ-45 10/100 Base- Lacking one of following port: DB-9
T,Smart-Slot RS-232,Smart-Slot
Pre-Installed SmartSlot™ Cards Pre-Installed SmartSlot™ Cards
Warranty 2 Years < 2 Years
09 UPS 3KVA
Formfactor Rackmout Not Rackmout
Output Power Capacity 2700 Watts / 3000 VA < 2700 Watts / 3000 VA
Output Voltage Less than 5% at full load 5% at full load > 5% at full load
Distortion
Output Frequency (sync Within 47 - 53 Hz for 50 Hz nominal 47 - 53 Hz for 50 Hz nominal Out of 47 - 53 Hz for 50 Hz nominal
to mains) range , within 57 - 63 Hz for 60 Hz range, Out of 57 - 63 Hz for 60 Hz
nominal range nominal range
Crest Factor up to 5 : 1 Not up to 5 : 1
Waveform Type (8) IEC 320 C13 Not meet following type: (8) IEC 320
(1) IEC 320 C19 C13
(2) IEC Jumpers (1) IEC 320 C19
(2) IEC Jumpers
Input Frequency 50/60 Hz +/- 3 Hz (auto sensing) Not have auto sensing feature
Input Connections IEC-320 C20 IEC-320 C20 Lacking of of following connections:
Schuko CEE 7 / EU1-16P Schuko CEE 7 / EU1-16P IEC-320 C20
British BS1363A Schuko CEE 7 / EU1-16P
British BS1363A
Input voltage range for Within 160 - 286V range Out of 160 - 286V range
main operations
Input voltage adjustable Within 151 - 302V range Out of 151 - 302V range
range for mains
operation
Battery Type RBC55 Maintenance-free sealed Lead- RBC55 Not RBC55 Maintenance-free sealed
65
Bid Package 2: Hardware for Labour Market Information Units
In 5 Employment Services Centres (ESCs)

Acid battery with suspended electrolyte : Lead-Acid battery with suspended


leakproof electrolyte : leakproof
Typical Backup Time 11.3 minutes (1350 Watts) 11 minutes (1350 Watts) < 11 minutes (1350 Watts)
at Half Load
Typical Backup Time 3.0 minutes (2700 Watts) 2.8 minutes (2700 Watts) < 2.8 minutes (2700 Watts)
at Full Load
Hot-swappable Ensures clean, uninterrupted power to Do not have Hot-swap feature.
batteries protected equipment while batteries are
being replaced
Interface Port(s) DB-9 RS- 32, SmartSlot ,USB Lacking one of following port: DB-9
1 Available SmartSlot™ Interface RS-232,Smart-Slot
Quantity Pre-Installed SmartSlot™ Cards
Warranty 2 Years < 2 Years
10 LARGER SIZE ELECTRONIC DISPLAY BOARD
Dimensions 1500mm x 5000 mm (~7,5 m2) < 1500mm x 5000 mm (~7,5 m2)
Pitch size 7,62mm 7,5mm < 7,62mm
Colours Red, Yellow, Green # Red, Yellow, Green
Module size 244mm*122mm < 244mm*122mm
Panne pixel(dots) 32dots*16dots < 32dots*16dots
Pixel density 17220/m2 1600/m2 < 1600/m2
View Gngle (H/V) Horizontal ≥120°, Vertical≥120° Horizontal =120°, Vertical = 120° Horizontal < 120°, Vertical< 120°
Brightness ≥800cd/ m2 = 800cd/ m2 ≤ 800cd/ m2
View distance 5÷80m < 5÷80m
Power consumption 50÷300W/m2 > 50÷300W/m2
Life time ≥100000 Hour < 100000 Hour
Exchange frame speed >150frames/Second < 150frames/Second

66
Bid Package 2: Hardware for Labour Market Information Units
In 5 Employment Services Centres (ESCs)

Refresh frame 600Hz < 600Hz


frequency
Control distance 120m (without relay) < 120m (without relay)
Display mode VGA 640 x 480 VGA 640 x 480
VGA 1600 x 1024 VGA 1600 x 1024
Accepting signal RS232 Not RS232
Warranty 12 Months < 12 Months
11 Wall mounted Projector Screen
Type Electric Remote Control Not Electric Remote Control
Nominal 100" ≥100” ≤100”
Diagonal
Material Matt White Not Matt White
Warranty 12 Months < 12 Months
12 Projector
Display Technology TI DLP® technology / 0.55” XGA DDR Not TI DLP® technology / 0.55”
12° DMD Chip XGA DDR 12° DMD Chip
Resolution Native XGA (1024x768) < Native XGA (1024x768)
Brightness 2800 2700 < 2700
(ANSI Lumens)
Contrast Ratio 2200:1 2100:1 < 2100:1
Displayable Colors 134.2 million colors 130 million colors < 130 million colors
Projection Image Size 27.47 ~ 302.85 inches < 27.47 ~ 302.85 inches
Projection Distance 1.2 ~ 12 meters < 1.2 ~ 12 meters
Video HDTV (480i/p, 576i/p, 720i/p, 1080i), Not have one of following features:
Compatibility Full NTSC, NTSC 4.43, PAL M/N, HDTV (480i/p, 576i/p, 720i/p, 1080i),
SECAM Full NTSC, NTSC 4.43, PAL M/N,

67
Bid Package 2: Hardware for Labour Market Information Units
In 5 Employment Services Centres (ESCs)

SECAM
Speaker 2W speaker < 2W speaker
Warranty 2 Years < 2 Years
13 Notebook PC
CPU Intel® Core 2 Duo 2.8 GHz < Intel® Core 2 Duo 2.8 GHz
Chipset Support Mobile Intel PM45 , GM45, Not support Mobile Intel PM45 ,
GL40 Express Chipset GM45, GL40 Express Chipset
Memory 2048MB DDR2 SDRAM, 800 MHz < 2048MB, < 800MHz

Maximum memory 4096 MB < 4096 MB


Two slots supporting dual channel < Two slots supporting dual channel
memory memory
Hardisk 160GB SATA HDD; 3D DriveGuard ≥120GB SATA HDD < 120 GB ; Not have 3D DriveGuard
feature feature
Removable DVD+/-RW SuperMulti DL Not DVD+/-RW SuperMulti DL
Storage
Graphic Mobile Intel GMA X4500 HD Mobile Intel GMA X4500 HD Not Mobile Intel GMA X4500 HD
Display 14.0-inch diagonal LED HD > 14.0-inch diagonal , not LED HD
technology
Wireless Intel 802.11 a/b/g/n draft 2.0, a/b/g; Intel 802.11 a/b/g/, a/b/g; Bluetooth™ Not have following features: Intel
support Bluetooth™ 2.0 2.0 802.11 n draft 2.0, Bluetooth™ 2.0

Network Controller Marvell Ethernet (10/100/1000 NIC) Not have Marvell Ethernet
optional 56K v.92 modem (10/100/1000 NIC)
optional 56K v.92 modem
Ports and 4 USB 2.0 ports, VGA, HDMI, stereo 4 USB 2.0 ports, VGA, stereo Doesn’t have HDMI port
connectors microphone in, stereo headphone/line out, microphone in, stereo headphone/line
power connector,RJ-11/modem, RJ- out, power connector,
45/ethernet RJ-11/modem, RJ-45/ethernet
68
Bid Package 2: Hardware for Labour Market Information Units
In 5 Employment Services Centres (ESCs)

Operating System Windows Vista Business32 license Windows XP professional Not included Windows OS
Weigth 2.27 kg > 2.27kg
Notebook PC and servers are from the Notebook PC and servers are not from
Other
same Manufacturer the same Manufacturer
Warranty 1 Year < 1 Year
14 DESKTOP PC
Form Factor Small form factor Not Small form factor
CPU Intel Pentium Dual-Core E5200 processor Intel Pentium Dual-Core Processor ≥ Speed clock is lower than 2.40Ghz,
2.50 GHz 2.40Ghz Not Intel Dual-core processor
RAM 1GB DDR2 SDRAM DDR2 Bus 800 1GB DDR2 < 1GB DDR2 SDRAM DDR2 Bus
Non-ECC 800 Non-ECC
Maximum Memory 16GB of DDR2 SYNCH DRAM < 16GB of DDR2 SYNCH DRAM
Chipset Intel® Q33 Express Not Intel® Q33 Express
Internal Hard Disk 160-GB SATA 3.0-Gb/s Hard Drive 120-GB SATA < 120-GB , Not SATA 3.0-Gb/s Hard
(8MB Cache, 7200 RPM, NCQ, Smart IV) Drive (8MB Cache, 7200 RPM, NCQ,
Smart IV)
USB ports 8 USB 2.0 ports < 8 USB 2.0 ports
and 2 internal USB header and 2 internal USB header
Securities Integrated 1.2 TPM (standard) Not Integrated 1.2 TPM or Not
Optional: Security cable with Kensington Security cable with Kensington lock
lock ProtectTools software ProtectTools software
Device DVD ROM Drive Not DVD ROM Drive
Card reader 16-In-1 3.5 Media Card Reader Not have 16-In-1 3.5 Media Card
Optional: 22-in-1 (with 1394) Reader
Media Card Reader Not support: 22-in-1 (with 1394)
Media Card Reader (optional)

69
Bid Package 2: Hardware for Labour Market Information Units
In 5 Employment Services Centres (ESCs)

Network 10/100/1000 Mbps < 10/100/1000 Mbps


Graphics Intel Graphics Media Accelerator 3100 Not Intel Graphics Media Accelerator
3100
Audio Integrated HD audio with ADI1884 codec Not Intergrated HD Audio with
ADI1884 codec
Power Supply 240-watt BTX power supply – Active PFC ≤ 250-watt BTX power supply – > 250-watt BTX power supply –
115v/230v line switch Active PFC Active PFC
115v/230v line switch 115v/230v line switch
Monitor 17" inch LCD Color Monitor Not LCD or < 17" inch Color Monitor
From same manufacture with Case. Not from same manufacture with
Case.
Keyboard/Mouse USB Standard Keyboard USB Standard Keyboard Not have Optical/Mouse
USB 2-Button Optical Scroll Mouse USB Optical Scroll Mouse
Operating System Windows Vista Business32 license Windows XP professional Not included Windows OS
Desktop PCs and servers are from the Desktop PCs and servers are not from
Other
same Manufacturer the same Manufacturer
Warranty 3 Years < 3 Years
15 DIGITAL FLATBED SCANNER
Scanner type Flatbed, ADF (optional) Not Flatbed, ADF (optional)
Scan resolution, optical Up to 2400 dpi Up to 2200 dpi < 2200 dpi
Bit depth 48-bit < 48-bit
Levels of grayscale 256 < 256
Automatic document Optional, 50 sheets 45 sheets < 45 sheets
feeder capacity
Automatic document Up to 8 ppm/4 ipm Up to 7ppm/4 ipm Less than 7 ppm/4 ipm
feeder speed
Scan size, maximum 8.5 x 11 in < 8.5 x 11 in

70
Bid Package 2: Hardware for Labour Market Information Units
In 5 Employment Services Centres (ESCs)

(flatbed)
Warranty 1 Year < 1 Year
16 DIGITAL CAMERA
Camera Effective Approx 8.0 Million pixels, 1/2.5-inch type < 8.0 Million pixels, 1/2.5-inch type
Pixels
Imaging Processor DIGIC III Not DIGIC III
Warranty 1 Year < 1 Year
17 DIGITAL CAMCORDER
Camcorder Type MiniDV camcorder Not MiniDV camcorder
Recording Hours SP - 80mins ≥ SP - 70mins < SP - 70mins
LP - 120mins ≥ LP - 110mins < LP - 110mins
Image Sensor 1/6-inch CCD, approx. 800,000 pixels < 1/6-inch CCD, approx. 800,000
pixels
Warranty 1 Year < 1 Year
18 NETWORK LASER PRINTER
Print speed Up to 52 ppm, letter Up to 50 ppm, letter < 50 ppm, letter
Document delivery First page out: as fast as 8.5second > 8.5second
speed
Print resolution Up to 1200 by 1200 dpi Up to 1200 by 1200 dpi
Processor 540 MHz 520 MHz < 520 MHz
Memory 128 MB, expandable to 640 MB via one < 128 MB, can’t expandable to 640
open 144-pin 32 bit DDR2 DIMM slot MB via one open 144-pin 32 bit
DDR2 DIMM slot
Paper Input: 100-sheet multipurpose tray 1, Input: 90-sheet multipurpose tray 1, Input: < 90-sheet multipurpose tray
500-sheet tray 2 480-sheet tray 2 1, <480-sheet tray 2
Output: 100-sheet rear output bin, 500- Output: 90-sheet rear output bin, 480- Output: <90-sheet rear output bin,
sheet top output bin sheet top output bin <480-sheet top output bin

71
Bid Package 2: Hardware for Labour Market Information Units
In 5 Employment Services Centres (ESCs)

Gigabit Ethernet embedded print server Not have Gigabit Ethernet embedded
Print Server with IPSec print server with IPSec
Printing Language PCL 6, PCL 5e, postscript level 3 Not PCL 6, PCL 5e, postscript level 3
emulation, direct PDF (v1.4) printing emulation, direct PDF (v1.4) printing
Printer and servers are from the same Printer and servers are not from the
Other
Manufacturer same Manufacturer
Warranty 3 Years < 3 Years
19 AIR CONDITIONER
Type Wall mounted Not Wall mounted
Capacity 18000BTU < 18000BTU
Warranty Year < 1 Year
20 PHOTOCOPY MACHINE
Imaging System Laser Dry Electrostatic Transfer System Not Laser Dry Electrostatic Transfer
System
Copy Speed 22 pages-per-minute (A4) ≥ 21 pages-per-minute (A4) ≤ 21 pages-per-minute (A4)
First Copy Output Time 6.9 seconds or less 7 seconds > 7 seconds
Max. Original & Copy A3 < A3
size
Image Server Memory 128MB (Standard)/ 256MB (Max) < 128MB (Standard)/ 256MB (Max)
Magnification 50% to 200% (In 1% increments) 40% to 200% (In 1% increments) < 40% to 200% (In 1% increments)
Warranty 1 Year < 1 Year
21 Office Chairs, Tables
Office Chair Mid Back Office Chair without arms Height is not adjustable
Height adjustable
Office Table Table with Keyboard holder Size: < W1200 x D600 x H750
Size: W1200 x D600 x H750

72
Bid Package 2: Hardware for Labour Market Information Units
In 5 Employment Services Centres (ESCs)

Warranty 1 Year < 1 Year


22 FIREWALL
Not available 19" standard rack
Form Factor 19" standard rack mount
mount
Users license Unlimited >= 10,000 < 10,000
Firewall throughput 400 Mbps >= 380 Mbps < 380 Mbps
VPN throughput 100 Mbps < 100 Mbps
Concurrent sessions 400,000 >= 380,000 < 380,000
Interfaces 04 x 10/100/1000 Mbps Not have 04 x 10/100/1000 Mbps
Storage 160 GB >= 120 GB < 120 GB
VLANs 256 >= 200 < 200
DHCP server and relay Support Not support
Layer-2 (bridge) Support Not support
Not comply 1 of following features:
- VoIP
- VoIP
- IM: MSN, Yahoo, ICQ, Skype...
Firewall Features - IM: MSN, Yahoo, ICQ, Skype...
- Peer-to-peer: Kazaa, Gnutella,
- Peer-to-peer: Kazaa, Gnutella,
BitTorrent,..
BitTorrent,..
Not comply 1 of following features:
- AES 128-256 bit
- AES 128-256 bit
- 3DES 56-168 bit
VPN Features - 3DES 56-168 bit
- Star and mesh
- Star and mesh
- Integrated certificate authority
- Integrated certificate authority
- Blocks attacks such as DoS Not comply 1 of following features:
IPS Features - Port scanning - Blocks attacks such as DoS
- IP/ICMP/TCP-related - Port scanning

73
Bid Package 2: Hardware for Labour Market Information Units
In 5 Employment Services Centres (ESCs)

- DNS cache poisoning - IP/ICMP/TCP-related


- FTP bounce - DNS cache poisoning
- Signature-based and protocol anomaly - FTP bounce
- Signature-based and protocol
anomaly
Not comply 1 of following features:
- 20 million URLs covering 3 billion Web
- 20 million URLs covering 3 billion
pages
URL Filtering Web pages
- 70 languages spanning 200 countries
- 70 languages spanning 200 countries
- Centralized, daily updates
- Centralized, daily updates
Not comply 1 of following features:
- Protects HTTP, FTP, POP3, and SMTP
- Protects HTTP, FTP, POP3, and
Anti-Virus/Anti- protocols
SMTP protocols
Spyware - Pattern-based spyware
- Pattern-based spyware
- Centralized, daily updates
- Centralized, daily updates
Not comply 1 of following features:
- Email IPS
- Email IPS
- Pattern-based anti-spam
- Pattern-based anti-spam
- IP reputation checking
Messaging Security - IP reputation checking
- Signature-based antivirus
- Signature-based antivirus
- Zero-hour outbreak protection
- Zero-hour outbreak protection
- Block/allow lists
- Block/allow lists
Protocol/application
200 >= 175 < 175
support
Not comply 1 of following features:
Gateway High
Active/passive and active/active failover Active/passive and active/active
Availability
failover
ISP redundancy Support Not support
Security functions
3 Year ≥3 Year < 3 Year
update services
74
Bid Package 2: Hardware for Labour Market Information Units
In 5 Employment Services Centres (ESCs)

Software update and


3 Year ≥3 Year < 3 Year
support services
Warranty 3 Year ≥3 Year < 3 Year
23 SERVER FARM SWITCH
Not available 19" standard rack
Form Factor 1U 19" standard rack mount
mount or not 1U height
Not comply 1 of following ports:
- 8 port 10/100/1000BASE-T
Port Configuration - 8 port 10/100/1000BASE-T
- 4 port 10/100/1000BASE-T or SFP
- 4 port 10/100/1000BASE-T or SFP
Switching Capacity 24 Gbps >= 22 Gbps < 22 Gbps
Forwarding Rate 18 Mpps >= 15 Mpps < 15 Mpps
MAC address support 8,000 < 8,000
VLAN support 32 VLAN < 32 VLAN
DRAM Memory 32 MB < 32 MB
Flash Memory 16 MB < 16 MB
Warranty 1 Year < 1 Year
24 USER ACCESS SWITCH
Not available 19" standard rack
Form Factor 1U 19" standard rack mount
mount or not 1U height
Not comply 1 of following ports:
- 24 port 10/100Base-T
Port Configuration - 24 port 10/100Base-T
- 2 port 10/100/1000BT uplinks
- 2 port 10/100/1000BT uplinks
Switching Capacity 8.8 Gbps >= 8.5 Gbps < 8.5 Gbps
Forwarding Rate 6.6 Mpps >= 6.5 Mpps < 6.5 Mpps
MAC address support 8,000 < 8,000

75
Bid Package 2: Hardware for Labour Market Information Units
In 5 Employment Services Centres (ESCs)

VLAN support 32 VLAN < 32 VLAN


DRAM Memory 32 MB < 32 MB
Flash Memory 16 MB < 16 MB
Warranty 1 Year < 1 Year
25 WIFI ACCESS POINT
IEEE 802.11g, IEEE 802.11b, IEEE Not comply 1 of following standard:
Standards IEEE 802.11g, IEEE 802.11b
802.3, IEEE 802.3u IEEE 802.3, IEEE 802.3u
WEP Key Bits 64/128-Bit Not 64/128-Bit
Warranty 1 Year < 1 Year
26 ADSL MODEM
Lacking following Ports:
One 10/100 RJ-45 Port
Ports One 10/100 RJ-45 Port for
Four 10/100 RJ-45
Four 10/100 RJ-45
Warranty 1 Year < 1 Year
27 TELEPHONE SYSTEM
Basic equipment including wall mounting Not have Control module with built-
chassis, power supply unit, control module in 2xS0 / 8xUP0/E / 4xa/b,
with built-in 2xS0 / 8xUP0/E / 4xa/b,
Base system
voicemail and automated attendant
module EVM, MMC 64MB for system
software and data.
Integrated modem (IMODN) for Not have Intergrated Modem
Intergrated Modem
teleservice
Analog subscriber 3 * Analog subscriber module 16SLA, 16 ≥ 3 Analog Subscriber Module 16SLA, < 3 Analog Subscriber Module
module ports 16 ports 16SLA, 16 ports
Analog trunk module ≥1 Analog trunk module TLA8, 8 Not included Analog trunk module
1 Analog trunk module TLA8, 8 ports
ports TLA8, 8 ports
76
Bid Package 2: Hardware for Labour Market Information Units
In 5 Employment Services Centres (ESCs)

2 * Call metering receiving equipment < 4 ports


Call metering receiving
board, 12 kHz and/or silent reversal for 4
equipment board
ports
Digital telephone 1 Digital telephone (2x 24-character line Not included 1 Digital Telephone
LCD, 3 dialog keys, 12 function keys with
LED, open listening/ handsfree talking,
adapter slot, USB port, key module port)
Call Management Software ( Not Not have Call Management software
Management Software
including personal computer)
52 pcs Telephone sets : 12 key, 3 function < 52 Telephone set.
Telephone Set
volume ring.
Accessories MDF and Accessroies
Warranty 1 Year < 1 Year
28 ELECTRIC CABINET, MAIN CABLE & SPARES
Patch Panel 24 port CAT6 Patch Panel < 24 port CAT6 Patch Panel
Requirements Including all material, goods and
accessories to completing install LAN,
Power cables
Installation, configuration, training and
supporting
29 SERVICES
Installation, configuration, training and
technical supporting
C Methodology of goods provision
Plan Make plan to provide goods in the bidding Don’t make plan to provide goods in
document which meets the requirement of the bidding document or the plan
the bidding invitation document. doesn’t meets the requirement of the
bidding invitation document.

77
Bid Package 2: Hardware for Labour Market Information Units
In 5 Employment Services Centres (ESCs)

Arrangement Point out solution and project Don’t point out solution and project
management model in the bidding management model in the bidding
document which meets the requirement of document, or they are don’t meets the
the bidding invitation document. requirement of the bidding invitation
document.
D Equipment installation and technical staff capability
Equipment installation Experienced in implementing the same No experience in implementing the
capability system ( Based on the contracts provided same system
by the Bidder)
Technical staff Yes
capability
E Declaration of conformity level in terms of warranty and technical support.
Warranty service Warranty service delivered by the provider No warranty service delivered by the
or authorized distributor/reseller with the provider or authorized
warranty period as required distributor/reseller with the warranty
period as required
Technical support Commitment on suitable technical support No commitment on technical support
as required or the support is not suitable as
required
G Implementation time
Delivery time Meet any requirement on delivery Don’t meet any requirement on
progress delivery progress as mentioned
Installation time Make implementation plan in the bidding Don’t make implementation plan in
document which meet timing requirement the bidding document or it doesn’t
as in bid invitation document. meet timing requirement as in bid
invitation document.
H Training and Technology Transfer
Training Detail training in bidding document which No detail training in bidding
meets requirement of bid invitation document or it doesn’t meet

78
Bid Package 2: Hardware for Labour Market Information Units
In 5 Employment Services Centres (ESCs)

document. requirement of bid invitation


document.
Technology transfer List of document which will be provided List of document which will be
the investor in biding document which provided the investor in biding
meet requirement of bid invitation document or it doesn’t meet
document. requirement of bid invitation
document.
Evaluation Conformity Pass of all the content are acceptable
Unconformity Don’t meet any above – mentioned
requirement

79
2. DELIVERY AND IMPLEMENTATION REQUIREMENTS

- The supplier shall submit the design of proposed system with drawings, explanation
and configurations in details.

- The supplier shall install the equipment, set up the system, configure hardware as
required.

- The supplier shall prepare server room (raised floor, power system, cooling system,
etc) before other equipments delivered.

- The equipment shall be powered, connected by network, installed with operating


system, servers, cluster configuration, etc as required and available in installation of
network, communication, database,.

- The supplier shall coordinate with related suppliers (Application supplier, Integration
supplier, Database supplier, etc) in implementing the whole system in each stage
(installation, acceptance test,), serving hardware configuration requirement, adjusting
parameter, configuring system, appropriate with requirement of database, application
program installation in order to ensure that system can operate stably, safely.
- Receiving, testing, transferring, installing for setup and pilot, packing and transport to
required sites are as follow:
• The supplier shall transport the equipment to the implementation site, then the
categories, quantity, type, origin, technical characteristic will be tested.
• When transporting the equipment, the supplier should dismount, package,
transport them to required sites and implement the installation. After completing,
the supplier should transfer the equipment to ILO&MOLISA.
• ILO&MOLISA receive the transfer of equipment, license, and technical
documents.

- Delivery time: Maximum seventy (70) days for all supplied equipment, starting from
the date of contract signing.

- Implementation time: The supplier shall complete the implementation within sixty
(60) days since equipments are delivered.

- Location of Delivery and Implementation for Package 1:


Data Centre of LMIC
Ministry of Labour, Invalids, and Social Affairs
No2 Dinh Le Street, Hoan Kiem District, Hanoi, Vietnam

- Location of Delivery and Implementation for Package 2:


1) Ha Noi – ESC: 285 Trung Kinh Street, Yen Hoa, Cau Giay district, Ha Noi
2) Hai Duong - ESC: 106 Hong Quang Street, Hai Duong City
3) Da Nang - ESC: No.21 Phan Chu Trinh Street, Da Nang City
4) Dong Nai - ESC: 62/8, Cach mang T8 Street, Quang Vinh, Bien Hoa City
5) HCMC - ESC: 153 Xo Viet Nghe Tinh Street, Binh Thanh district, Ho Chi
Minh City

80
3. WARRANTY, MAINTENANCE AND TECHNICAL SUPPORT

For Package 1:

- The supplier shall have its supporting service Centre in Hanoi to make warranty for
the products as requested in the Bidding Documents. Service Centre must have
authorized service provider certificate issued by the Manufacturer of Server, Storage
System is introduced in the bid (a notarized copy of this certificate must be provided).

For Package 2:

- The Bidder shall have supporting service centres in Hanoi and Ho Chi Minh City to
provide warranty for the products as requested in the Bidding Documents.
Additionally, the main service centre shall have authorized service provider
certificates issued by the manufacturers of the Server , PC and Printer components
indicated in the bid documents (a notarized copy of this certificate must be provided).

For Packages 1&2:

- Requirements of warranty period


• For the products and system software facilities within this package, the minimum
time of warranty shall be one (1) year from manufacturer. The suppliers shall have
a letter of its commitment to support and warrant for each category of equipment
and system software as stated in the Bidding Documents.

- Requirements on supporting service


• Time for providing supporting services shall be 24 hours x7 days
• For each product, the supplier shall receive supporting service from manufacturers
in one (1) year including:
- Upgrade hardware, system software, firmware… for servers, disk arrays.
- Provide supporting service’s letter from manufacturer for main products
(Server, External Storage System, SAN Switch, Rack, Tape Library, Backup
software, Firewall, Switches, UPS, Desktop PC, Printer)

4. TRAINING AND TECHNOLOGY TRANSFER

- During installation, the supplier shall instruct DOLISA’s technical staff how to
operate the system.
- The supplier shall organize training courses on basic theory and provide training
documents.
- The supplier shall organize training courses on updating new technology knowledge.
- The supplier shall organize training courses on hardware, operation system
installation.
- The supplier shall provide licenses of Operation System, System Software and
Firmware.
- Original technical document shall be enclosed with IT equipments.
- The supplier shall provide Installation Guidelines (Hardcopy and softcopy).
- Trainees:
o Up to 15 MOLISA IT staff + basic overview for management staff. No ILO
staff.
o Management staff

81
o Technical staff.
- Training Time: during installation period.
- Location: at the central location and one nominated Package 2 site
- Languages: Vietnamese and English
- Method:
o Internal training courses: basic knowledge on the installed system.
o Venue: at the central location and one nominated Package 2 site.
o Courses for Package 1:
 Data Centre Operation
• Raised Floor
• Cooling system Management
• Power system management
• Fire Warning & extinguishing system user guide
• Thunderbolt prevention system user guide
 SQL Cluster
 Data Backup procedure
 Tape library operation guide
 Storage array operation guide
 Other necessary courses proposed by supplier or ILO.
o Courses for Package 2:
 Servers operation
 Power system operation
 Network operation guide
 Firewall configuration guide
 Telephone system use guide
 LED board operation guide
 Anti-virus course
 Other necessary courses proposed by supplier or ILO
o Courses for the whole system (LMIC & ESCs):
 Remote control and management the system
 Trouble shooting problem for connection from LMIC to ESCs

5. PERSONNEL OF SUPPLIER:

- The supplier shall provide qualified staff for the assignment. The resumes of key
participating staff should be documented and provided to ILO to review.

- If the Supplier’s Representative is not named in the Contract, then within fourteen
(14) days of the Effective Date, the Supplier shall appoint the Supplier’s
Representative and shall request the ILO in writing to approve the person so
appointed. The request must be accompanied by a detailed curriculum vitae for the
nominee, as well as a description of any other System or non-System responsibilities
the nominee would retain while performing the duties of the Supplier’s
Representative. If the ILO does not object to the appointment within fourteen (14)
days, the Supplier’s Representative shall be deemed to have been approved. If the
ILO objects to the appointment within fourteen (14) days giving the reason therefor,
then the Supplier shall appoint a replacement within fourteen (14) days of such
objection

- The ILO may by notice to the Supplier object to any representative or person
employed by the Supplier in the execution of the Contract who, in the reasonable
opinion of the ILO, may have behaved inappropriately, be incompetent, or be

82
negligent. The ILO shall provide evidence of the same, whereupon the Supplier shall
remove such person from work on the System.

- If any representative or person employed by the Supplier is removed the Supplier


shall, where required, promptly appoint a replacement.

83
SECTION IV. ILO GENERAL CONDITIONS FOR THE PURCHASE OF
GOODS AND RELATED SERVICES (GCC)

1.CONSTITUTION OF CONTRACT

1.1 The submission of any bid and the signature of the duplicate attached to the purchase
order marked Acknowledgement of Order shall constitute acceptance of the ILO
Terms and Conditions for the Purchase of Goods, except to the extent that they may
be modified by special conditions attached to the Contract.

1.2 Upon timely receipt by the ILO of the countersigned acknowledgement, the Contract
is concluded. No additional or inconsistent provisions and no variations in or
modifications of that Contract made by the Contractor shall be binding unless agreed
to in writing by the ILO. If the goods have not been delivered in accordance with the
terms of the purchase order or the acknowledgement is not received within 21
working days from date of issue, the ILO may consider the purchase order as null and
void.

2. TAX EXEMPTION AND CURRENCY FLUCTUATION

2.1 Section 9 of the Convention on the Privileges and Immunities of the Specialized
Agencies provides, inter alia, that the International Labour Organization is exempt
from all direct taxes, including VAT, except charges for utility services, and is exempt
from customs duties and charges of similar nature in respect of services and articles
imported or exported for its official use. In the event any government authority
refuses to recognize International Labour Organization’s exemption from such taxes,
duties or charges, the Contractor shall immediately consult with the ILO, which will
contact the Office of the Legal Adviser (JUR) and the Office of the Treasurer
(TR/CF), to determine a mutually acceptable procedure.

2.2 Accordingly, the Contractor authorizes ILO to deduct from the Contractor invoice any
amount representing such taxes, duties or charges, unless the Contractor has consulted
with the ILO before the payment thereof and ILO has in each instance specifically
authorized the Contractor to pay such taxes. In that event, the Contractor shall provide
ILO with written evidence that payment of such taxes, duties or charges has been
made.

2.3 The amount stated in this Contract excludes any adjustment or revision on account of
price or currency fluctuations or the actual costs incurred by the Contractor in the
performance of this Contract.

84
3. PRIVILEGES AND IMMUNITIES

3.1 Nothing in or related to these General Conditions or this purchase order shall be
deemed a waiver of any of the privileges and immunities of the International Labour
Organization.

4. LABOUR CLAUSES

4.1 The Contractor shall respect the International Labour Standards of the International
Labour Organisation. In particular, the Contractor shall in all circumstances respect
the basic principles of these standards which are:

(a) the freely exercised right of workers, without distinction, to organise, to further
and defend their interest as well as the protection of those workers who exercise their
right to organise;

(b) prohibition of forced or compulsory labour in all its forms;

(c) equal remuneration for men and women for work of equal value;

(d) prohibition of employment of children below 14 (fourteen) years of age or the


minimum age for employment permitted by the law of the country where the Work is
carried out or the age of the end of compulsory schooling in that country, whichever is
higher;

(e) equality of opportunity and treatment in respect of employment and occupation


without discrimination on grounds of race, colour, sex, religion, political opinion,
national extraction or social origin.

4.2 The Contractor shall ensure that wages are paid in legal tender in full and directly to
the workers concerned.

4.3 The Contractor shall ensure that the wages of its personnel, their hours of work and
the other labour conditions including social security are at least as favourable as those
established for work of the same character in the trade or industry concerned in the
area where the Work is carried out.

4.4 The Contractor guarantees that neither the Contractor’s company, nor any of its
affiliates, nor any subsidiaries controlled by its company, is engaged in the sale or
manufacture of anti-personnel mines or of components primarily utilized for the
manufacture of anti-personnel mines.

4.5 Any breach of these obligations and warranties shall entitle ILO to terminate the
purchase order immediately upon notice to the Contractor, without any liability for
termination charges or any other liability of any kind of the ILO.

5. PERFORMANCE OF CONTRACT

5.1 The Contractor shall not, except after obtaining the written consent of the ILO, assign
transfer or make other dispositions of any part of a purchase order or any of the
Contractor’s rights or obligations under the purchase order. He shall be solely
responsible for the performance of the Contract in every respect.

85
5.2 The Contractor shall indicate the purchase order number on all correspondence to
ILO. The Contractor shall immediately report to the ILO in writing any problems
encountered which may endanger the performance of the Contract.

5.3 The Contractor and the ILO are only bound by those commercial customs to which
they have agreed and by those commercial practices which they have established
between themselves. Trade terms shall have the meanings assigned to them in the
latest edition, in force at the time of conclusion of the Contract, of INCOTERMS,
issued by the International Chamber of Commerce, Paris.

6. INSURANCE OF THE GOODS

6.1 In the case delivery conditions are CIF/CIP/DDU, the Contractor shall be responsible
for insuring the goods, naming ILO as the beneficiary of the insurance. In addition,
and notwithstanding the INCOTERMS, ILO can require the Contractor, in the
Purchase Order, to take out insurance for the goods till the final destination of goods
designated by ILO. The Contractor shall insure the goods up to final destination
against all risks of damage or destruction to the goods, including war, strike and riot.

6.2 The coverage shall extend to sixty (60) days after arrival of the goods at final
destination. The value of the goods shall be calculated Cost plus Freight plus 10
percent. A duplicate of the Insurance Certificate shall be sent to the ILO and the
original to the consignee.

7. GENERAL PACKING SPECIFICATIONS

7.1 The Contractor shall pack and mark all goods, whether they will be sent directly by
him or by a forwarder, in accordance with these minimum specifications. Partial
shipment is not allowed, unless otherwise agreed upon in writing. Any cost for
rectifying packing or marking deficiencies will be charged to the Contractor.
Forwarders are instructed by ILO not to accept deficiently packed goods.

7.2 The Contractor shall, to the extent possible, only use environmentally neutral material
for packing purposes. For theft protection, outside marking shall not indicate the
contents of the box. The Contractor shall strictly respect all existing rules and
regulations governing the acceptance of cargo for transportation by sea, rail, road or
air. Dangerous or combustible goods shall be packed separately, applying the strictest
safety measures. The forwarder should be notified, at the first contact, about the
nature of the consignment.

7.3 All boxes shall be sufficiently strapped and shall withstand normal stacking pressures
and other vertical, horizontal and/or combined forces without distortion or breaking
open.

7.4 Goods supplied against different purchase orders to the same consignee may only be
packed together after specific case-by-case agreements.

7.5 Addresses and markings shall only be made with waterproof ink or paint applied
directly on the boxes. Letters shall be clearly legible and their size shall be
determined by the size of the box. Addresses and markings shall appear on, at least,
two neighbouring sides of all boxes. Boxes shall be marked with consecutive
numbers over the total number of boxes being shipped per purchase order (i.e. 1/5,
2/5, etc.).
86
7.6 Packing lists (see para.7) shall state complete shipping marks, number of boxes,
contents, gross and net weights in kilos of each box, measurements and volume in
cubic meters. A packing slip should be placed inside each box with all details of its
contents.

7.7 For goods consigned to developing countries, the packing shall be sufficient to
withstand without limitation rough handling, exposure to extreme climate conditions
and dusty environments during inland transport and open storage. Mechanical
equipment for loading and offloading is frequently not available. To enable manual
handling, the weight of each box should, if technically possible, not exceed 100 kg.

7.8 Goods may not be unpacked for several months after arrival and therefore surfaces
must be treated by appropriate protection to remain free form corrosion. Goods
sensitive to moisture have to be sealed off from the atmosphere and shall be packed in
moisture/vapor proof sealed packages with a suitable desiccator. Boxes shall be lined
with polythene weatherproof sheeting or with any other environmentally neutral
material.

7.9 For goods to be transported in steel containers (TEU), the Contractor’s standard
outside packing is acceptable, provided they comply with the provisions above. All
other goods, including airfreight consignments, shall be packed in wooden boxes,
reinforced as appropriate. Crates are not acceptable.

8. DOCUMENTS

8.1 The Contractor shall furnish all documents and technical information which the ILO
may deem necessary for the performance of the Contract. He shall, in the language
requested, attach to each unit of the goods any documentation necessary for their
maintenance and operation.

8.2 Upon delivery, the Contractor shall provide the following documents:
a) 3 copies of the commercial invoice(s) and of the packing list(s);
b) If required, export licence, certificate(s) of origin and a copy of the Inspection
Certificate.

87
9. MODIFICATIONS TO THE CONTRACT

9.1 The ILO may by written order make changes to the Contract or any part thereof,
provided the stage reached in the performance of the Contract so allows.

9.2 If any such change increases or decreases the cost of and/or the time required for the
performance of any part of the Contract, an equitable adjustment shall be made in the
Contract price or time schedule, or both, and the Contract shall accordingly be
amended. Any claim for adjustment under this clause shall be asserted within 30
working days from the date of receipt of ILO's change order.

10. WARRANTY

10.1 The warranty period for all goods shall be at least 12 months from the date of delivery
of the goods at the final destination. The Contractor shall carry out all work, such as
modifications and repairs, necessary to comply with the terms of the Contract, or
replace all or any part of the goods which turn out not to comply with these terms
during the warranty period. He shall meet all costs arising in connection with his
obligations under the warranty, including those of transport.

10.2 If the Contractor fails to comply with the above requirements, the ILO may, after
serving due notice on the Contractor, take the necessary action on his behalf and at his
expense.

10.3 The Contractor also warrants that all goods supplied under the Contract are:
a) New and unused and fully compatible with the conditions prevailing in the
country of destination;
b) In conformity with national or international technical, safety, health and
environmental protection standards or recommendations, in particular the ILO
Conventions on safety and health;
c) Free from any defect in design, workmanship or materials.

10.4 The Contractor shall, not withstanding the tests carried out at the factory and
acceptance by ILO, remedy any defaults or malfunctioning which have been indicated
by the ILO during the warranty period, within 5 working days after being informed by
ILO.

10.5 In case of replacement or repair of the defective goods, a new warranty period of 12
months will commence from the date when such repair or replacement was carried
out. Such a period may be extended by any special conditions in the warranty or an
associated document.

10.6 The Contractor shall fulfil his warranty obligations, unless it can be proven that the
damage or malfunctioning of the goods is due to an extraordinary circumstance for
the purposes of this Contract, abnormal use, repair or modification made by the ILO,
without the written agreement of the Contractor.

11. LIQUIDATED DAMAGES

11.1 If the Contractor fails to perform the Contract or any part thereof within the specified
time, the ILO may, without prejudice to any other remedy under the Contract, deduct
from the Contract price a sum equal to 0.4 per cent of the price of the delayed part for

88
each day of delay until actual performance, up to a maximum deduction of 25 per cent
of the price of the delayed part.

12. SUSPENSION

12.1 The ILO may at any time suspend the performance of the Contract or any part thereof
for its convenience by a written notice specifying the part to be suspended, the
effective date and the anticipated period of suspension. The ILO shall not be liable for
the cost of the Contractor's further performance of the suspended part after the
Contractor has been directed to suspend performance. Suspension of the Contract
shall not prejudice or affect the accrued rights or claims and liabilities of either party
to this Contract.

13. INTELLECTUAL PROPERTY AND CONFIDENTIALITY

13.1 The Contractor undertakes to indemnify and hold the ILO and its agents and
principals harmless against any claim for infringement of industrial property or any
other intellectual property by the transfer or use of any of the goods or components
thereof supplied by the Contractor to the ILO.

13.2 The Contractor shall be liable for all the consequences, in particular legal and
financial, of the exercise of his rights by the ILO, and shall guarantee the ILO against
any claim.

13.3 The Contractor shall not, while performing the Contract or at any time thereafter,
utilise in any manner prejudicial to or incompatible with the interest of the ILO any
information of a restricted or confidential nature which may come to his knowledge in
connection with the performance of this Contract.

14. USE OF THE NAME, EMBLEM AND OFFICIAL SEAL OF THE


INTERNATIONAL LABOUR OFFICE AND THE INTERNATIONAL LABOUR
ORGANIZATION

14.1 Neither the Contractor nor any subcontractors may use for the purposes of publicity or
make public in any other way, without prior written authorization, the fact that they
are performing or have performed Work or services for the ILO, nor shall they use the
name or an abbreviation of the name of the International Labour Office or the
International Labour Organization in their activities, for publicity or for any other
purpose. The Contractor shall take all appropriate measures to guarantee that its
subcontractors comply with this provision.

14.2 The obligations set out in this clause shall continue after the completion of this
Contract.

15. INSURANCE AND LIABILITY

15.1 Hereinafter, “physical injury” shall be understood to mean death or any injury
resulting directly or indirectly from the Work and affecting physical integrity,
including health. “Damage to property” shall be understood to mean any damage
resulting directly or indirectly from the Work and affecting property belonging to the
ILO, a member of the ILO’s staff or a third party, or sites, buildings, premises and
infrastructure, including fittings, furnishings and equipment, and personal effects,
clothing and vehicles. “Theft” shall be understood to mean any theft of property
89
belonging to the ILO, a member of the ILO’s staff or a third party, whether the theft
results directly or indirectly from the Work.

15.2 The Supplier shall be liable for all damages arising from his action or that of his
agents, of which he or his agents could be rendered responsible under the applicable
laws.

15.3 In case of an accident due to the act or omission of any of the Contractor’s personnel,
or when any of the Contractor’s personnel has inadequate qualifications and/or
experience according to the requirements of the Contract, the Contractor will replace
such a person without delay. ILO has the right to demand, after giving reasons, the
replacement of any of the Contractor’s personnel. The person proposed by the
Contractor as a replacement must have the qualifications and experience specified in
the solicitation documents and shall be capable of performing the Contract under the
same contractual conditions. The Contractor shall be responsible for all delays in the
performance of the Work arising from replacement of any of the Contractor’s
personnel.

15.4 The Contractor shall bear the full financial consequences of any material damage or
personal injuries, including death which, through his action or that of his agents, may
be suffered by himself, his agents, the ILO or its agents, or any third party.

15.5 The Contractor hereby declares that it has insured its personnel against the following
risks:
(a) sickness, injury or death;
(b) incapacity to work as a result of accident or disease occurring during or outside
normal working hours.

The Contractor undertakes to maintain such insurance throughout the duration of the
Work. Time lost as a result of (a) and/or (b) shall not be at the charge of the ILO.

15.6 The Contractor also hereby declares that it is insured and undertakes to maintain such
insurance policies for civil liability with regard to third parties, including the ILO and
members of its staff, in respect of physical injury, damage to property or theft, as well
as the direct or indirect effects thereof, including the unavailability of premises and
loss of production.

15.7 The Contractor shall indemnify and holds the ILO harmless from and against any and
all direct or indirect responsibilities, complaints, claims, suits, judgments, damages
and losses, including costs, fees and related expenses, in respect of any physical
injury, damage to property or economic prejudice suffered by its staff or third parties
which may result from performance of the Work or be in any way connected to the
Contract.

15.8 The Contractor hereby confirms that it has provided the ILO with a copy of the
general and specific conditions of its civil liability insurance policy. The Contractor
shall immediately notify to the ILO any change in these conditions.

15.9 The Contractor’s insurance obligations as set out in this clause extend to the acts of its
subcontractors or Contractors engaged in the implementation of the Work. In this
regard, the Contractor shall be the sole guarantor of civil liability coverage with
regard to third parties, including the ILO and the members of its staff, in respect of

90
any physical injury, damage to property or theft that may result from the
implementation of the Work or be in any way connected to the Contract.

16. TERMINATION OF THE CONTRACT

16.1 The ILO may, without the authorisation of a court or any other authorisation and
without prejudice to any other remedy, by written notice to the Contractor, terminate
the Contract in whole or in part:

(a) if the Contractor fails to perform in whole or in part the Work within the specified
time period(s) or fails to perform any other Contractual obligation and does not rectify
such failure within a period of 20 (twenty) days after receipt of a written notice by the
ILO. This right to terminate the Contract may originate from conditions which do not
constitute a material breach of Contract; or

(b) if the Contractor becomes bankrupt; otherwise insolvent; or

(c) if the Contractor is declared undesirable by the Government; or

(d) if the Government or the Donor terminates the Project before the foreseen
date.

In cases of partial termination the Contractor shall continue performance of the


Contract to the extent not terminated.

16.2 The Contractor may, by written notice of default sent to the ILO, terminate the
Contract:

(a) if the ILO fails to make payments which are due under the Contract and does not
rectify such failure within a period of 50 (fifty) days after receipt of the Contractor's
written notice of default; or

(b) if the ILO fails in its Contractual obligations so as to make it unreasonable for the
Contractor to proceed with the performance and does not rectify such failure within a
period of 50 (fifty) days after receipt of the Contractor's written notice of default.

16.3 If the ILO terminates the Contract pursuant to paragraph 6.1 (a) to (c), the ILO may
procure, upon such terms and in such manner as ILO deems appropriate, work and/or
services similar to those not performed and the Contractor shall be liable for any
excess costs or damage caused to the ILO by the Contractor's default. The ILO
reserves the right to offset costs, incurred by it in relation to the termination of the
Contract and/or the replacement of the Contractor, from monies due.

16.4 If the Contract or any part of it is terminated pursuant to paragraph 6.1 above, the
Contractor shall not be entitled to any indemnity from the ILO, with the exception of
any monies due in respect of work and/or services performed to the satisfaction of the
ILO.

16.5 Any termination of the Contract shall not prejudice or affect the accrued rights or
claims and liabilities of either party to this Contract.

91
17. FORCE MAJEURE

17.1 The words "force majeure", as used in this Contract, mean any unforeseeable and
irresistible natural event, an act of war (declared or not), invasion, revolution,
insurrection or any other similar event or act, provided that such acts arise from
causes beyond the control and are not the result of fault or negligence of either of the
Parties.

17.2 Neither party may be held responsible for a failure to perform any of its obligations if
the party proves that the failure was due to an impediment beyond its control which
rendered the performance of the obligations impossible and that the party could not
reasonably be expected to have taken such impediment into account at the time of the
signature of the Contract or to have avoided or overcome the impediment or its
consequences.

17.3 Upon the occurrence of any event of force majeure, the party who would be in default
of its Contractual obligations shall immediately notify in writing the other party of the
obligations it is unable to execute and give an estimate of the period during which it is
likely to be prevented from complying with the said obligation(s). This notification
shall contain a description of the problem, an indication of the date on which the
problem started and a statement of measures taken by the party to meet all its
Contractual obligations. The party must also notify the other party of any change in
conditions or the occurrence of any event affecting or likely to impair the
performance of the Contract. In case of force majeure, the Contractor shall give
priority to solving the problem rather than determining liability.

17.4 If the required notice is not received by the other party within a reasonable time after
the party which fails to perform knew or ought to have known of the impediment, the
party concerned shall be liable for damages resulting from that impediment.

17.5 In the case of partial inability to perform the Contractual obligations the parties
shall continue to comply with their obligations as far as reasonably practical by all
lawful available means.

17.6 If, in the event of force majeure, a party is definitely unable, in whole or in part, to
fulfil its obligations and meet its responsibilities under the Contract, the other party
may terminate this Contract. Such notification must be made within five (5) days. If
the duration of the impediment is not definite but lasts more than 4 (four) months,
either Party may terminate this Contract. In all such cases, no compensation is
payable to the other party.

17.7 Concerning any obligation in the present Contract where the Contractor must perform
in a country or a geographical area in which the ILO is represented or is preparing to
engage or disengage, the Contractor acknowledges and agrees that any delay or
failure to execute obligations arising out of or related to conditions in those countries
or zones or from any incident of civil unrest occurring in them, does not constitute a
force majeure under this Contract.

18. RESOLUTION OF DISPUTES

92
18.1 The ILO and the Contractor shall make every effort to resolve amicably by direct
informal negotiations any disagreement or dispute arising between them under or in
connection with this Contract.

18.2 Any dispute, controversy or claim arising out of or relating to this Contract, or the
breach, termination or invalidity thereof which cannot be resolved by mutual
agreement within 60 (sixty) days or any claim thereof shall be settled by arbitration in
accordance with the United Nations on Trade Law Commission (UNCITRAL)
Arbitration Rules that are in force on the date when the arbitration claim is lodged.

18.3 The place of arbitration shall be decided by ILO and the Contractor.

18.4 The language to be used in the arbitral proceedings shall be English.

18.5 The number of arbitrators shall be 3 (three).

18.5 Each party shall appoint 1 (one) arbitrator. The two arbitrators thus appointed shall
choose the third arbitrator who will act as the presiding arbitrator of the tribunal.

18.6 If within 30 (thirty) days after their appointment the two arbitrators have not agreed
on the choice of the presiding arbitrator, the presiding arbitrator shall be appointed by
the International Chamber of Commerce in Paris.

18.7 The arbitral tribunal shall have no authority to award punitive damages. Any
arbitration award shall bind the parties as the final adjudication.

19. FRAUD AND CORRUPTION

19.1 The ILO expects those participating in its calls for tenders to observe the highest ethical
standards in performing contracts. To this end, the ILO:

(a) defines the following concepts:

(i) “corrupt practice” means the offering, giving, receiving or soliciting, directly or
indirectly, of anything of value in order to influence the action of an official during
contract execution;
(ii) “fraudulent practice” means the misrepresentation of a fact or the failure to
mention a fact in order to influence the execution of a Contract;
(iii) “collusive practice” means any arrangement or agreement between two or
more bidders in order to fix prices at artificial or otherwise uncompetitive levels;
(iv) “coercive practice” means the use or threat of coercion, directly or indirectly,
in relation to persons or their property in order to influence the execution of a
contract;

(b) reserves the right to sanction the Contractor by disqualifying it from any
future participation in ILO tenders, for a specified or indefinite period, if there is
evidence that the Contractor has engaged, directly or indirectly, in a corrupt,
fraudulent, collusive or coercive practice during the process of the call for tenders or
the adjudication of the present Contract;

(c) reserves the right to request the Contractor access to scrutinize its accounts,
records and other documents relating to the submission of its bid so that they can

93
be examined, where necessary, by one or more auditors appointed for the purpose by
the ILO.

94
SECTION V. SPECIAL CONDITIONS OF CONTRACT (SCC)
The following Special Conditions of Contract (SCC) shall supplement the “ILO General
Terms and Conditions for the Purchase of Goods : General Conditions of Contract” and the
“ILO Conditions for Service Contracts” Whenever there is a conflict, the provisions herein
shall prevail over those in the GCC.

1. DEFINITIONS

1.1 The ILO is:


International Labour Office
ILO Office in Vietnam
48-50 Nguyen Thai Hoc Street, Hanoi, Vietnam

1.2 The Receiver is:


Ministry of Labour, Invalids, and Social Affairs
No2 Dinh Le Street, Hoan Kiem District, Hanoi, Vietnam

1.3 The Project site for Package 1 is:


Data Centre of LMIC
Ministry of Labour, Invalids, and Social Affairs
No2 Dinh Le Street, Hoan Kiem District, Hanoi, Vietnam

1.4 The Project sites for Package 2 are:


1) Ha Noi – ESC: 285 Trung Kinh Street, Yen Hoa, Cau Giay district, Ha
Noi
2) Hai Duong - ESC: 106 Hong Quang Street, Hai Duong City
3) Da Nang - ESC: No.21 Phan Chu Trinh Street- ða Nang City
4) Dong Nai - ESC: 62/8, Cach mang T8 Street, Quang Vinh, Bien Hoa City
5) HCMC - ESC: 153 Xo Viet Nghe Tinh Street, Binh Thanh district, HCM
City

1.5 Interpretation:

The language of the Contract, all correspondence and communications to be given


shall be: English

Training documentations to be prepared and supplied under the Contract specified in


the Technical Requirements shall be: Vietnamese.

2. SCOPE OF THE SYSTEM

2.1 Requirements, the Supplier’s obligations cover the provision of all Information
Technologies, Materials and other Goods as well as the performance of all Services
required for the design, development, and implementation (including procurement,
quality assurance, assembly, associated site preparation, Delivery, Installation,
Testing) of the System, in accordance with the plans, procedures, specifications,
drawings, codes, and any other documents specified in the Contract and the Agreed
and Finalized Project Plan.

3. PROJECT PLAN

3.1 Chapters in the Project Plan shall address the following subject:
- Project Organization and Management Plan;
95
- Tasks, Time, and Resource Schedules
- Delivery and Installation Plan
- Integration Plan
- Training Plan
- Operational Acceptance and Testing Plan
- Technical Support Plan
- Warranty Service Plan
- Other plans and documents as determined necessary by the Supplier

3.2 Within ten (10) days from the Effective Date of the Contract, the Supplier shall
present a Project Plan to the ILO. The ILO shall, within ten (10) days of receipt of the
Project Plan, notify the Supplier of any respects in which it considers that the Project
Plan does not adequately ensure that the proposed program of work, proposed
methods, and/or proposed Information Technologies will satisfy the Technical
Requirements. The Supplier shall, within five (5) days of receipt of such notification,
correct the Project Plan and resubmit to the ILO. This procedure shall be repeated as
necessary until the Project

3.3 Plan is free from non-conformities. When the Project Plan is free from non-
conformities, the ILO shall provide confirmation in writing to the Supplier. This
approved Project Plan (“the Agreed and Finalized Project Plan”) shall be
contractually binding on the ILO and the Supplier.

3.4 The Supplier shall submit to the ILO the following reports:
o Weekly status report, indicating:
(i) status of work done or results for the week;
(ii) issues and problems that have arose, and proposed actions to be taken;

3.5 The Supplier shall prepare and furnish to the ILO the following documents for which
the Supplier must obtain the ILO’s approval before proceeding with work on the
System or any Subsystem covered by the documents:
- Detailed site surveys;
- Final Subsystem configurations;
- Implementation Plan;
- Personnel Plan;
- System Configuration;
- Installation Scenario;
- Acceptance Test;
- Other related documents.

4. DESIGN AND ENGINEERING

4.1 The Supplier shall execute the basic and detailed design and the implementation
activities necessary for successful installation of the System in compliance with the
provisions of the Contract or, where not so specified, in accordance with good
industry practice.

The Supplier shall be responsible for any discrepancies, errors or omissions in the
specifications, drawings, and other technical documents that it has prepared, whether
such specifications, drawings, and other documents have been approved by the ILO or
not, provided that such discrepancies, errors, or omissions are not because of
inaccurate information furnished in writing to the Supplier by or on behalf of the ILO.

96
4.2 The Supplier shall be entitled to disclaim responsibility for any design, data, drawing,
specification, or other document, or any modification of such design, drawings,
specification, or other documents provided or designated by or on behalf of the ILO,
by giving a notice of such disclaimer to the ILO.

5. IMPLEMENTATION

5.1 The implementation period:


- All additional costs (materials, manpower, etc) related to system implementation
belong to supplier’s responsibility.

6. CHANGE IN CONTRACT ELEMENTS

6.1 The ILO shall have the right to propose, and subsequently require, to order the
Supplier from time to time during the performance of the Contract to make any
change, modification, addition, or deletion to/ in/ or from the System provided that
such Change falls within the general scope of the System.

6.2 The Supplier may from time to time during its performance of the Contract propose to
the ILO any Change that the Supplier considers necessary or desirable to improve the
quality or efficiency of the System. The ILO may at its discretion approve or reject
any Change proposed by the Supplier.

7. INSPECTIONS AND ACCEPTANCE TEST

7.1 The ILO or its representative shall have the right to inspect and/or test any
components of the System, as specified or not specified in the Technical
Requirements, to confirm their good working order and/or conformity to the Contract
at the point of delivery and/or at the Project Site.

7.2 The ILO and/or their designated representatives shall be entitled to attend any such
inspections and/or tests of the components, provided that the ILO shall bear all costs
and expenses incurred in connection with such attendance, including but not limited
to all inspection agent fees, travel, and related expenses.

7.3 Should the inspected or tested components fail to conform to the Contract, the ILO
may reject the component(s), and the Supplier shall either replace the rejected
component(s), or make alterations as necessary so that it meets the Contract
requirements free of cost to the ILO.

7.4 Operational Acceptance Tests may also be performed on replacement Goods,


upgrades and new version releases.

7.5 Acceptance minutes only signed when all acceptance tests required by ILO was
carried out successfully.

8. WARRANTY

8.1 Warranty period will start as soon as the acceptance minutes of the system signed.
Bidder is required to specify procedures of warranty and technical support in the
project plan.

8.2 Warranty period for the operation of entire system is twelve (12) months. Warranty
for all individual equipments, facilities, software and other items are according to

97
manufactures’ policy. In this time, the Supplier must have full responsibility for
repairing problems, recovering system, replacing broken items supplied by the
Supplier. The Supplier shall bear all warranty costs. The Supplier warrants that the
System, including all Information Technologies, Materials, and other Goods supplied
and Services provided.

8.3 During the Warranty Period, the Supplier will provide at no additional cost to the
Purchaser all new versions, releases, and updates for all Standard Software that are
used in the System, within thirty (30) days of their availability from the Supplier to
other clients of the Supplier in the Purchaser’s country.

8.4 The Supplier shall not be responsible for the repair, replacement, or making good of
any defect or of any damage to the System arising out of or resulting from any of the
following causes:
(a) improper operation or maintenance of the System by the Purchaser;

(b) normal wear and tear;

(c) use of the System with items not supplied by the Supplier, unless otherwise
identified in the Technical Requirements, or approved by the Supplier; or

(d) modifications made to the System by the Purchaser, or a third party, not approved
by the Supplier.

8.5 Limitation of warranty, provided the following does not exclude or limit any
liabilities of either party in ways not permitted by applicable law:

(a) the Supplier shall not be liable to the Purchaser, whether in contract, tort, or
otherwise, for any indirect or consequential loss or damage, loss of use, loss of
production, or loss of profits or interest costs, provided that this exclusion shall
not apply to any obligation of the Supplier to pay liquidated damages to the
Purchaser; and

(b) the aggregate liability of the Supplier to the Purchaser, whether under the
Contract, in tort or otherwise, shall not exceed the total Contract Price, provided
that this limitation shall not apply to any obligation of the Supplier to indemnify
the Purchaser with respect to intellectual property rights infringement.

9. TECHNICAL SUPPORT

9.1 Warranty support


- Objects: all objects that meet warranty terms
- Availability: 24 hours/day; 7 days/week
- Location: Remote or at Project Site
- Type of support: repair, recover or replacement according to the manufacturer’s
warranty policy.
- Time for recovery: three (3) days
- Duration: twelve (12) months
- Charge of fee: Supplier

9.2 Non-warranty support


- Objects: out of warranted objects
- Availability: Supplier’s arrangement
98
- Location: Remote or at Project Site
- Type of support: repair, recover or replacement according to MOLISA’s request
- Time for recovery: five (5) days
- Duration: unlimited
- Charge of fee: Receiver (MOLISA)

9.3 For package 1: The Bidder must have service team in Hanoi. The main service
Centre must have authorized service provider certificate issued by the Manufacturer
of Server, Storage System is introduced in the bid (a notarized copy of this certificate
must be provided). The Bidder must state clearly the after sale service of the provider
as well as the conformity lever of the Bidder in terms of warranty, maintenance and
technical support.

9.4 For package 2: Bidder is required to have representative office or warranty services
Centre for technical support and warranty in Hanoi and Ho Chi Minh City. The main
service Centre must have authorized service provider certificate issued by the
Manufacturer of Server, PC, Printer is introduced in the bid (a notarized copy of this
certificate must be provided).

9.5 Supporting services from Manufacturer shall be committed during the period of
warranty and implementation period of maintenance contract.

10. SOFTWARE LICENSE AGREEMENTS

10.1 The Standard Software license shall be valid throughout the territory of Vietnam.

10.2 The Software license shall permit the Software to be used or copied for use or
transferred to a replacement computer provided the replacement computer falls within
approximately the same class of machine and maintains approximately the same
number of users, if a multi-user machine.

11. SUPPLIER’S RESPONSIBILITIES

11.1 The Supplier shall be responsible for coordinating with:


a. The assigned technical MOLISA and ILO staff in supplying design,
implementation, test scenario, completion document as well as necessary
equipment for test of hardware, software, network, data base that provided and/or
installed by Supplier;
b. Other relevant suppliers of MOLISA to integrate the System.

12. ILO’S RESPONSIBILITIES

12.1 The ILO shall ensure the accuracy of all information and/or data to be supplied by the
ILO to the Supplier.

12.2 Whenever the supply of Goods and Related Services requires that the Supplier obtain
permits, approvals, and import and other licenses from local public authorities, the
ILO shall, if so requested by the Supplier, make its best effort to assist the Supplier in
complying with such requirements in a timely and expeditious manner. This will be
done in cooperation with the appropriate departments of MoLISA.

12.3 The ILO shall pay all costs involved in the performance of its responsibilities.

13. PROCUREMENT, DELIVERY, AND TRANSPORT


99
13.1 The Supplier shall provide the ILO with documents as specified in GCC clause 8.
Additionally, if required, upon delivery the Supplier shall provide the ILO with the
following documents:

a. For Goods supplied from outside Vietnam:


+ Upon shipment, the Supplier shall notify the ILO and the insurance company
contracted by the Supplier to provide cargo insurance by telex, cable, facsimile,
electronic mail, or EDI with the full details of the shipment. The Supplier shall
promptly send the following documents to the ILO by mail or courier, as
appropriate, with a copy to the cargo insurance company:
- usual transportation documents;
- insurance certificate;
- An estimated time and point of arrival in Vietnam and at the sites.

b. For Goods supplied locally (i.e., from within Vietnam):


+ Upon shipment, the Supplier shall notify the ILO by telex, cable, facsimile,
electronic mail, or EDI with the full details of the shipment. The Supplier shall
promptly send the following documents to the ILO by mail or courier, as
appropriate:
- delivery note, railway receipt, or truck receipt;
- certificate of insurance;
- An estimated time of arrival at the sites.

c. Warranty Certificates issued by the Manufacturer/Bidder.

13.2 The Supplier will bear responsibility for and cost of transport to the Project Site in
accordance with the terms and conditions used in the bidding document, including the
terms and conditions of the associated Incoterms.

14. BANK GUARANTEES

14.1 Issuance:

The Supplier shall provide the Guarantees specified below in favor of the ILO at
the times and in the amount, manner, and form specified below.

14.2 Advance Payment Guarantee

a. The Supplier shall provide within twenty-eight (28) days of the notification of
Contract award an Advance Payment Guarantee equal in amount and currency
of the Advance Payment and valid until its value reduces to nil.
The Guarantee shall be in the form provided in the Bidding Documents (see
Model in Section VII to this ITB) or in another form acceptable to the ILO. The
Guarantee shall be issued or confirmed in favor of the ILO by an internationally
recognized bank residing or carrying on business in Switzerland.

The Guarantee shall reach the ILO Headquarters in Switzerland at the following
address:
International Labour Office
TREASURY
(Ref. ITB 12/2009 - - VIE 07/02M/EEC)
4, route des Morillons
CH-1211 Geneva 22 (Switzerland)

100
b. The amount of the Guarantee shall be reduced in proportion to the value of the
System executed by and paid to the Supplier from time to time and shall
automatically become null and void when the full amount of the advance payment
has been recovered by the ILO. The way the value of the Guarantee is deemed to
become reduced and, eventually, voided is as specified in the SCC Clause below.
The Guarantee shall be returned to the Supplier immediately after its expiration.

b. The reduction in value of the Advance Payment Guarantee is calculated as


follows:
P*a/(100-a), where “P” is the sum of all payments effected so far to the
Supplier (excluding the Advance Payment), and “a” is the Advance Payment
expressed as a percentage of the Contract Price pursuant to the terms of payment
in SCC.

14.3 Performance Bond

a. The Supplier shall, within twenty-eight (28) days of the notification of Contract
award, provide a Bond for the due performance of the Contract. The Performance
Bond shall be denominated in currencies of the contract for an amount equal to 10
percent of the Contract Price excluding any Recurrent Costs.
The Performance Bond shall be in the form provided in the Bidding Document
(see Model in Section VII to this ITB) or in another form acceptable to the ILO.
The Bond shall be issued or confirmed in favor of the ILO by an internationally
recognized bank residing or carrying on business in Switzerland.

The Bond shall reach the ILO Headquarters in Switzerland at the following
address:
International Labour Office
TREASURY
(Ref. ITB 12/2009 - - VIE 07/02M/EEC)
4, route des Morillons
CH-1211 Geneva 22 (Switzerland)

b. The Performance Bond shall automatically become null and void once all the
obligations of the Supplier under the Contract have been fulfilled, including, but
not limited to, any obligations during the Warranty Period and any extensions to
the period. The Bond shall be returned to the Supplier no later than thirty (30)
days after its expiration.

c. The Performance Bond must be valid at least three (3) months after the System is
Operationally Accepted.

15. TERMS OF PAYMENT

15.1 The ILO shall pay the Contract Price to the Supplier after each portion of tasks as
follows:
 Twenty percent (20%) advance payment of the entire Contract Price shall be paid
against receipt of a claim accompanied by the Advance Payment Guarantee;
 Thirty percent (30%) of the total Contract Price shall be paid upon Delivery of the
goods listed in the Supply Requirements;
 Thirty percent (30%) of the total Contract Price upon completion of operational
acceptance and the completion of training;

101
 Twenty percent (20%) Within three months after the final acceptance of the goods
and providing full satisfaction of the ILO and MOLISA for the provided
equipment and services;

16. TERMINATION OF THE CONTRACT

Upon receipt of the notice of termination under GCC Clause 16 “Termination of the
Contract”, the Supplier shall either as soon as reasonably practical or upon the date
specified in the notice of termination

a. cease all further work, except for such work as the ILO may specify in the notice
of termination for the sole purpose of protecting that part of the System already
executed, or any work required to leave the site in a clean and safe condition;

b. terminate all subcontracts;

c. remove all Supplier’s Equipment from the site, repatriate the Supplier’s and its
Subcontractors’ personnel from the site, remove from the site any wreckage,
rubbish, and debris of any kind;

d. in addition, the Supplier shall:


(i) deliver to the ILO the parts of the System executed by the Supplier up to the
date of termination;
(ii) deliver to the ILO all nonproprietary drawings, specifications, and other
documents prepared by the Supplier or its Subcontractors as of the date of
termination in connection with the System.

102
SECTION VI – PROPOSED PURCHASE ORDER/CONTRACT

PURCHASE
ORDER

No…………..
________________________________________
International Labour Office

………………………..
………………………
……………………..

Date:

Our Reference:
Your Reference:

Consignee: Final Destination:


International Labour Office
……………………………..
……………………………..
…………………………….
…………………………….

Currency and Order Value : Delivery Terms :

Payment Terms : Delivery Mode :

The attached ILO General Conditions for the Purchase of Goods and related Services,
“Special Conditions of Contract” form an integral part of this order

Please countersign and date one original and return as evidence of your
acceptance of this order and all above-referred Conditions.

Supplier :
International Labour Office:
(supplier’s name) (approver’s name & title)

Signature: Signature:

103
Receiver:
Ministry of Labour, Invalids and
Social Affairs of Viet Nam
(approver’s name & title)

Signature:

Item UOM Qty Delivery Unit Total


No. Date Price Price
1 (description)

2 (description)

3 (description)

Total Amount
……………

Note to the Supplier :


____________________________________________________

- All correspondence should be addressed to the contact person named above.


- This order incorporates the ILO General Conditions for the Purchase of Goods and related
Services and Special Conditions of Contract.
This order is firm provided we receive the attached order duplicate with your
countersignature.
- All documents should be in English

The Contractor will submit invoice(s) for payment, in accordance with the payment schedule
of the contract. The invoice(s) must make reference to the goods or services delivered, and
quote the Purchase Order number.
Invoices must be addressed to:

104
………………………………
……………………………..
………………………………

Shipping Instructions:
- Marking: (address of delivery)
PO Number/Rev. No:
- Forwarder:
- Received by:

105
SECTION VII. SAMPLE FORMS

SAMPLE 1 – ADVANCE PAYMENT BANK GUARANTEE FORM

SAMPLE 2 – PERFORMANCE BOND FORM

SAMPLE 3 – TENDER BOND FORM

SAMPLE 4 – LIST OF APPROVED SUBCONTRACTORS

SAMPLE 5 – GENERAL INFORMATION SYSTEMS EXPERIENCE RECORD

SAMPLE 6 - DETAILS OF CONTRACTS OF SIMILAR NATURE AND COMPLEXITY

SAMPLE 7.1– FINANCIAL CAPABILITIES

SAMPLE 7.2 – TECHNICAL CAPABILITIES

SAMPLE 7.2.a – PERSONNEL CAPABILITIES

SAMPLE 7.2.b – PERSONNEL SUMMARY

SAMPLE 7.3 - MANUFACTURER’S AUTHORIZATION FORM

106
SAMPLE 1 – ADVANCE PAYMENT BANK GUARANTEE FORM

(NAME AND DETAILED ADDRESS


OF THE BANK)

Amount: …………………………………….

(in words ……………… ……………………………………………….)

We have been informed that …………………………….(hereinafter called "the Principal"), has entered
into contract No. ………………………..dated …………………..with you, for …………………………...

Furthermore, we understand that, according to the conditions of the contract, an advance payment is to be
made against an advance payment guarantee.

This being stated, we, (BANK NAME) irrespective of the validity and the legal effects of the above
mentioned contract and waiving all rights of objection and defense arising there from, hereby irrevocably
undertake to pay to you, upon your first demand, any sum or sums not exceeding in total the above
mentioned maximum amount, upon receipt by us of your duly signed demand for payment in writing
stating that the Principal is in breach of his delivery obligation(s) under the underlying contract and the
respect in which the Principal is in breach.

It is a condition for any claim and payment to be made under this guarantee that the advance payment
referred to above must have been received by ………………….. into his account held with us.

For the purpose of identification your request for payment must bear or be accompanied by a signed
confirmation of one of our correspondent banks stating that the latter has verified your signature(s)
appearing on the said request for payment.

Your claim is also acceptable if transmitted to us in full by duly encoded telex/SWIFT through one of our
correspondent banks confirming that your original claim has been forwarded to us by registered mail or
courier service and that the said bank has verified your signature(s) appearing thereon.

In case that at the time of a request for payment under this guarantee, there is a valid list of authorized
signatures with a branch of (BANK NAME).in …(COUNTRY) regarding the persons signing for you, the
verification of signature(s) by a third bank is not required. In such case, your request for payment must be
presented to us duly signed in writing (telex/SWIFT excluded).

The amount of this guarantee will automatically be reduced in proportion to the value of the System
executed by and paid to the Principal as calculated in accordance with the advance payment guarantee
clause of special conditions of contract.

This guarantee shall expire once it has been reduced to nil or on ……………………..at the latest in full
and automatically, should your demand for payment as set forth above not be in our possession at our
above address on or before that date, regardless of such date being a banking day or not.

This guarantee will be reduced by each payment made by us as a result of a claim.

This guarantee is subject to the «Uniform Rules for Demand Guarantees» (ICC Publication No.
458).

107
SAMPLE 2 – PERFORMANCE BOND FORM

(NAME AND DETAILED


ADDRESS OF THE BANK)

Amount: …………………………………….

(in words ……………………………………………………………….)

We have been informed that ……………………………………. (hereinafter called "the principal") has
entered into contract No. …………………………………….dated ……………………………………. with
you, for . …………………………………….

Furthermore, we understand that, according to the conditions of the contract a performance guarantee is
required.

This being stated, we, …(BANK NAME), irrespective of the validity and the legal effects of the above
mentioned contract and waiving all rights of objection and defence arising there from, hereby irrevocably
undertake to pay to you, upon your first demand, any sum or sums not exceeding in total the above
mentioned maximum amount, upon receipt by us of

your duly signed demand for payment in writing stating that the principal is in breach of his obligation(s)
under the underlying contract and the respect in which the Principal is in breach.

For the purpose of identification your request for payment must bear or be accompanied by a signed
confirmation of one of our correspondent banks stating that the latter has verified your signature(s)
appearing on the said request for payment.

Your claim is also acceptable if transmitted to us in full by duly encoded telex/SWIFT through one of our
correspondent banks confirming that your original claim has been forwarded to us by registered mail or
courier service and that the said bank has verified your signature(s) appearing thereon.

In case that at the time of a request for payment under this guarantee, there is a valid list of authorized
signatures with a branch of …(BANK NAME) in (COUNTRY) regarding the persons signing for you, the
verification of signature(s) by a third bank is not required. In such case, your request for payment must be
presented to us duly signed in writing (telex/SWIFT excluded).

Our guarantee is valid until ……………………………………

and expires in full and automatically, should your demand for payment as set forth above not be in our
possession at our above address on or before that date, regardless of such date being a banking day or not.

Our guarantee will be reduced by each payment made by us as a result of a claim.

This guarantee is subject to the «Uniform Rules for Demand Guarantees» (ICC Publication No.
458).

108
SAMPLE 3 – TENDER BOND FORM

name and address of the Bank

Date:

Amount
(in words )

We have been informed that (hereinafter called "the principal"), responding to your
invitation to tender No. dated for , has
submitted to you his offer No. dated .

Furthermore, we understand that, according to your conditions, offers must be supported by a tender
guarantee.

This being stated, we, (BANK NAME), irrespective of the validity and the legal effects of the
above mentioned tender and waiving all rights of objection and defense arising therefrom, hereby
irrevocably undertake to pay to you on your first demand any sum or sums not exceeding in total the
above mentioned maximum amount, upon receipt by us of

your duly signed demand for payment in writing stating that the principal is in breach of his obligation(s)
under the tender conditions and the respect in which the principal is in breach.

For the purpose of identification your request for payment must bear or be accompanied by a signed
confirmation of one of our correspondent banks stating that the latter has verified your signature(s)
appearing on the said request for payment.

Your claim is also acceptable if transmitted to us in full by duly encoded telex/SWIFT through one of our
correspondent banks confirming that your original claim has been forwarded to us by registered mail or
courier service and that the said bank has verified your signature(s) appearing thereon.

In case that at the time of a request for payment under this guarantee, there is a valid list of authorized
signatures with a branch of (BANK NAME) in (COUNTRY)regarding the persons signing for you, the
verification of signature(s) by a third bank is not required. In such case, your request for payment must be
presented to us duly signed in writing (telex/SWIFT excluded).

Our guarantee is valid until

and expires in full and automatically, should your demand for payment as set forth above not be in our
possession at our above address on or before that date, regardless of such date being a banking day or
not.

Our guarantee will be reduced by each payment made by us as a result of a claim.

This guarantee is subject to the «Uniform Rules for Demand Guarantees» (ICC Publication No.
458).
55567E 07.2008

109
SAMPLE 4 - List of Approved Subcontractors

The Purchaser has approved use of the following Subcontractors nominated by the Supplier
for carrying out the item or component of the System indicated. Where more than one
Subcontractor is listed, the Supplier is free to choose between them, but it must notify the
Purchaser of its choice sufficiently in advance of the time when the subcontracted work needs
to commence to give the Purchaser reasonable time for review. The Supplier is free to submit
proposals for Subcontractors for additional items from time to time. No subcontracts shall be
placed with any such Subcontractors for additional items until the Subcontractors have been
approved in writing by the Purchaser and their names have been added to this list of
Approved Subcontractors.

[specify: item, approved Subcontractors, and their place of registration that the Supplier
proposed in the corresponding attachment to its bid and that the Purchaser approves that
the Supplier engage during the performance of the Contract. Add additional pages as
necessary. ]

(i) Item Approved Subcontractors Place of Registration

110
SAMPLE 5 - General Information Systems Experience Record

Name of Bidder

All bidders must complete the information in this form with regard to the management of
Information Systems contracts generally. The information supplied should be the annual
turnover of the Bidder, in terms of the amounts billed to clients for each year for work in
progress or completed, converted to U.S. dollars at the rate of exchange at the end of the
period reported. The annual periods should be calendar years, with partial accounting for the
year up to the date of submission of applications.

This form must include Subcontractors if they are contributing to the Bidder’s qualifications.

A brief note on each contract should be appended, describing the nature of the Information
System, duration and amount of contract, managerial arrangements, purchaser, and other
relevant details.

Bidders should not enclose testimonials, certificates, and publicity material with their
applications; they will not be taken into account in the evaluation of qualifications.

- Turnover (average): Not less than five (5) million USD

Annual turnover data (applicable activities related activities only)


Year¹ Turnover US$ equivalent
1.
2.
3.
Average

¹/ Commencing with the partial year up to the date of submission of


bids

111
SAMPLE 6 - Details of Contracts of Similar Nature and Complexity
Name of Bidder
Use a separate sheet for each contract.
1. Number of contract
Name of contract
Country
2. Name of Purchaser
3. Purchaser address
4. Nature of Information Systems and special features relevant to the contract for which
the Bidding Documents are issued
5. Contract role (check one)
Prime Supplier Management Contractor Subcontractor Partner in a
Joint Venture
6. Amount of the total contract/subcontract/partner share (in specified currencies at
completion, or at date of award for current contracts)
Currency Currency Currency

7. Equivalent amount US$


Total contract: $_______; Subcontract: $_______; Partner share: $_______;
8. Date of award/completion
9. Contract was completed _____ months ahead/behind original schedule (if behind,
provide explanation).
10. Contract was completed US$ _________ equivalent under/over original contract
amount (if over, provide explanation).
11. Special contractual/technical requirements.

112
SAMPLE 7.1 Financial Capabilities
Name of Bidder

Bidders shall provide financial information to demonstrate that they meet the requirements
stated in the ITB. If necessary, separate sheets shall be used to provide complete banker
information. A copy of the audited balance sheets shall be attached.

Autonomous subdivisions of parent conglomerate businesses shall submit financial


information related only to the particular activities of the subdivision.

Banker Name of banker


Address of banker

Telephone Contact name and title


Fax Telex

Summarize actual assets and liabilities in U.S. dollar equivalent (at the rates of exchange
current at the end of each year) for the previous three calendar years. Based upon known
commitments, summarize projected assets and liabilities in U.S. dollar equivalent for the next
two calendar years, unless the withholding of such information by stock market listed public
companies can be substantiated by the Bidder.

Financial information in Actual: Projected:


US$ equivalent Previous three years Next two years
3 2 1 1 2
1. Total assets
2. Current assets
3. Total liabilities
4. Current liabilities
5. Profits before taxes
6. Profits after taxes

Specify proposed sources of financing, such as liquid assets, unencumbered real assets, lines
of credit, and other financial means, net of current commitments, available to meet the total
construction cash flow demands of the subject contract or contracts.

113
Source of financing Amount (US$
equivalent)
1.
2.
3.
4.

Attach audited financial statements—including, as a minimum, profit and loss account,


balance sheet, and explanatory notes—for the period stated in ITB.
If audits are not required by the laws of Bidders' countries of origin, partnerships and firms
owned by individuals may submit their balance sheets certified by a registered accountant,
and supported by copies of tax returns,

114
SAMPLE 7.2 Technical Capabilities

Name of Bidder

The Bidder shall provide adequate information to demonstrate clearly that it has the technical
capability to meet the requirements for the Information System. With this form, the Bidder
should summarize important certifications, proprietary methodologies, and/or specialized
technologies which the Bidder proposes to utilize in the execution of the Contract or
Contracts.

115
SAMPLE 7.2.a – Key Personnel Capabilities
Name of Bidder

As per Item 7 in Section III, Bidders should provide the names of key personnel essential to
manage and implement the contract. At least two qualified persons should be nominated for
each position. (The purpose is for the Bidder to show they have adequate personnel in
reserve in case one of the key staff has to withdraw).

The data on their experience should be supplied on separate sheets using one Personnel
Summary Form for each nominee.

Summary of Key Personnel

1. Title of position

Name of prime nominee

Name of alternate nominee

2. Title of position

Name of prime nominee

Name of alternate nominee

3. Title of position

Name of prime nominee

Name of alternate nominee

4. Title of position

Name of prime nominee

Name of alternate nominee

116
SAMPLE 7.2.b – Personnel Summary

Name of Bidder

The supplier shall provide qualified staff for the assignment. The resumes of key participating
staff should be documented and included in the bid documents. The Bidder must have at least
seven professionals with certificates issued by the Manufacturer(s) of the servers and storage
required in the bidding document. The professionals must have worked for the Bidder for at
least for 6 months.

Position Personal
Prime Alternate
Staff Name of personnel Date of birth
information
Professional qualifications

Present Name of Employer


employment
Address of Employer

Telephone Contact (manager / personnel


officer)
Fax Telex
Job title Years with present Employer

Summarise professional experience over the last five years, in reverse chronological order.
Indicate particular technical and managerial experience relevant to the project.

From To Company/Project/ Position/Relevant technical and management


experience

117
SAMPLE 7.3 - Manufacturer’s Authorisation Form

Date:
ITB No.:
Bid & Lot Nos.:
Project:
To: ________________________________

WHEREAS ________________________________________ who are official producers of


_______________________________________________ and having production facilities at
__________________________________________________________ do hereby authorise
__________________________________________________________________ located at
_____________________________________________________ (hereinafter, the “Bidder”)
to submit a bid and subsequently negotiate and sign a Contract with you for resale of the
following Products produced by us, for the quantities specifications and delivery schedule
called for by the Supply Requirements associated with the above Invitation for Bids:

We hereby extend to you a full guarantee and warranty in accordance with Warranty Clause
and Technical Support Clause, of the Special Conditions of Contract and with our own
standard product warranty, and duly authorise the Bidder to act on our behalf in fulfilling all
warranty obligations with respect to the above-listed products offered for resale by the Bidder
in relation to this Invitation for Bids.

We also certify that the Bidder is qualified by us to provide the following maintenance,
technical or help desk support, new version upgrade and/or other services related to the
above-listed Products in accordance with Clause 2-Scope of the System, of the Special
Conditions of Contract:

Name In the capacity of

Signed

Duly authorized to sign the authorization for and on behalf of :


________________________

Dated on _______________________________ day of ______________________, ______.

Note: This letter of authority must be on the letterhead of the Producer, must be signed by a
person competent and having the power of attorney to bind the Producer, and must be
included by the Bidder in its bid as specified in the Instructions to Bidders.

118

Вам также может понравиться